Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Responsive Repairs and Voids Procurement |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Sovereign Network Homes (SNH) is looking to procure two suitable providers to deliver Repairs and Voids to their housing stock across two geographical Lots. The Contract will be for an initial term of 3 years with optional extensions of a maximum further 2 years. The extensions will consist of one year plus one year. |
Published: | 07/06/2024 15:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Sovereign Network Homes
The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0HP, United Kingdom
Tel. +44 7342933523, Email: shelley.wood@lumensol.co.uk
Contact: Shelley Wood
Main Address: https://www.sng.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-work./95AUP8J3VA
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Responsive Repairs and Voids Procurement
Reference Number: Not provided
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Sovereign Network Homes (SNH) is looking to procure two suitable providers to deliver Repairs and Voids to their housing stock across two geographical Lots. The Contract will be for an initial term of 3 years with optional extensions of a maximum further 2 years. The extensions will consist of one year plus one year.
II.1.5) Estimated total value:
Value excluding VAT: 90,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: London (excluding East London)
Lot No: 1
II.2.2) Additional CPV codes:
50700000 - Repair and maintenance services of building installations.
50000000 - Repair and maintenance services.
45400000 - Building completion work.
45300000 - Building installation work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 53,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Optional extension for additional 2 years in the form of 1+1
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/95AUP8J3VA
II.2) Description Lot No. 2
II.2.1) Title: East & Outer London
Lot No: 2
II.2.2) Additional CPV codes:
50700000 - Repair and maintenance services of building installations.
50000000 - Repair and maintenance services.
45400000 - Building completion work.
45300000 - Building installation work.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 36,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Optional extension of term for 2 additional years in the form of 1 +1
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS.1.1.2The following list of qualifications is provided to give an indication of the training that operatives of the Provider may require to enable completion of the Tasks under this Contract. This list is not intended to be exhaustive and it is the Provider’s responsibility to ensure that its Workforce has the relevant training to complete their role:
a)National Inspection Council for Electrical Installation Contracting (NICEIC)
b)Part P Electrical
c)Electrical Contractors Association (ECA)
d)British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
e)Safe use of ladders and stepladders
f)Health and safety
g)FIRAS/ BMTrada/ QMARK
h)Asbestos Awareness
i)Confined Space
j)Fire Risk and Evacuations Procedures
k)International Powered Access Federation (IPAF) Qualification
l)Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/07/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 5
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
SNH reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. SNH shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with SNH shall be incurred entirely at that applicant's/tenderer's risk.
SNH anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract.
This contract notice is being issued in the name of Sovereign Network Homes (SNH) as this is our current legal identity, however in April 25 we will fully merge with SNG and the contract will be novated into this name.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-work./95AUP8J3VA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/95AUP8J3VA
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Sovereign Network Homes
The Hive, 22 Wembley Park Boulevard, Wembley, HA9 0NU, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The High Court of England and Wales
The Strand,, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/06/2024
Annex A