Communities & Housing Investment Consortium (CHIC) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Salvation Army HA Responsive & Voids Maintenance |
Notice type: | Contract Notice |
Authority: | Communities & Housing Investment Consortium (CHIC) |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Salvation Army Housing Association (saha) manages over 4,000 units of general needs, supporting and older people's housing throughout England. It is looking for contractors to provide responsive maintenance and repairs to empty homes (voids). The contract will be divided into 7 regional Lots with a single contractor in each region. The contract term will be for 3 years with the option for further extensions up to 2 years, and a no-fault break clause that can be triggered by either party with 12 months' written notice after the first year. Works will be paid for on the basis of NHF Schedule of Rates version 7.1. The estimated annual value is £1.9m excluding VAT and inflation. |
Published: | 07/04/2021 16:22 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Salvation Army Housing Association, 15210R
3rd Floor, St Olaves House, 10 Lloyds Avenue, London, EC3N 3AJ, United Kingdom
Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
Contact: Zain Khan
Main Address: https://saha.org.uk/, Address of the buyer profile: https://saha.org.uk/
NUTS Code: UKI31
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-London:-Building-installation-work./AQA7DY62Y6
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: Salvation Army HA Responsive & Voids Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
45300000 - Building installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Salvation Army Housing Association (saha) manages over 4,000 units of general needs, supporting and older people's housing throughout England. It is looking for contractors to provide responsive maintenance and repairs to empty homes (voids). The contract will be divided into 7 regional Lots with a single contractor in each region. The contract term will be for 3 years with the option for further extensions up to 2 years, and a no-fault break clause that can be triggered by either party with 12 months' written notice after the first year. Works will be paid for on the basis of NHF Schedule of Rates version 7.1. The estimated annual value is £1.9m excluding VAT and inflation.
II.1.5) Estimated total value:
Value excluding VAT: 9,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 3
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 & Home Counties North
Lot No: 1
II.2.2) Additional CPV codes:
50700000 - Repair and maintenance services of building installations.
45300000 - Building installation work.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI5 Outer London – East and North East
UKI LONDON
UKI4 Inner London – East
UKI3 Inner London – West
UKJ SOUTH EAST (ENGLAND)
UKI7 Outer London – West and North West
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 986 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £600,000.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/AQA7DY62Y6
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 2
II.2.1) Title: North West
Lot No: 2
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 941 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £425,000.
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: 2,125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/P35UXJ2WHF
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 3
II.2.1) Title: Southern
Lot No: 3
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKK2 Dorset and Somerset
UKJ3 Hampshire and Isle of Wight
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 206 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £100,000.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/4G7N3X6753
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 4
II.2.1) Title: Devon & Cornwall
Lot No: 4
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKK3 Cornwall and Isles of Scilly
UKK4 Devon
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 171 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £125,000.
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: 625,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/FQF68P2TFK
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 5
II.2.1) Title: Midlands
Lot No: 5
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 530 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £250,000.
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: 1,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/2884W3AJX4
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 6
II.2.1) Title: London & Home Counties South
Lot No: 6
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKI6 Outer London – South
UKI LONDON
UKJ4 Kent
UKJ SOUTH EAST (ENGLAND)
UKJ2 Surrey, East and West Sussex
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 574 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £225,000.
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: 1,125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/5S83EHE2B2
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description Lot No. 7
II.2.1) Title: West of England
Lot No: 7
II.2.2) Additional CPV codes:
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 421 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £175,000.
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: 875,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 2 further periods of 12 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates: Bidders must ensure that they meet the selection criteria set out within the Standard Selection Questionnaire (SSQ) document. There will also be scoring of responses to the Technical & Professional Capability questions. Details of the process are provided within the SSQ Document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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/77K939B55T
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
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:
Not Provided
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: 10/05/2021 Time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/05/2021
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): 6
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-installation-work./AQA7DY62Y6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AQA7DY62Y6
VI.4) Procedures for review
VI.4.1) Review body:
The High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Internet address: www.justice.gov.uk/courts
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
ARK Consultancy Limited
84 Spencer Street, Birmingham, B18 6DS, United Kingdom
Tel. +44 5153831, Email: zkhan@arkconsultancy.co.uk
Internet address: www.arkconsultancy.co.uk
VI.5) Date Of Dispatch Of This Notice: 07/04/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salvation Army Housing Association, 15210R
3rd Floor, St Olaves House, 10 Lloyds Avenue, London, EC3N 3AJ, United Kingdom
Tel. +44 1215153831, Email: zkhan@arkconsultancy.co.uk
Contact: Zain Khan
Main Address: https://saha.org.uk/, Address of the buyer profile: https://saha.org.uk/
NUTS Code: UKI31
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Salvation Army HA Responsive & Voids Maintenance
Reference number: Not Provided
II.1.2) Main CPV code:
45300000 - Building installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Salvation Army Housing Association (saha) manages over 4,000 units of general needs, supporting and older people's housing throughout England. It is looking for contractors to provide responsive maintenance and repairs to empty homes (voids). The contract will be divided into 7 regional Lots with a single contractor in each region. The contract term will be for 3 years with the option for further extensions up to 2 years, and a no-fault break clause that can be triggered by either party with 12 months' written notice after the first year. Works will be paid for on the basis of NHF Schedule of Rates version 7.1. The estimated annual value is £1.9m excluding VAT and inflation.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 7,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:London & Home Counties North
Lot No:1
II.2.2) Additional CPV code(s):
50700000 - Repair and maintenance services of building installations.
45300000 - Building installation work.
II.2.3) Place of performance
Nuts code:
UKH - EAST OF ENGLAND
UKI5 - Outer London – East and North East
UKI - LONDON
UKI4 - Inner London – East
UKI3 - Inner London – West
UKJ - SOUTH EAST (ENGLAND)
UKI7 - Outer London – West and North West
Main site or place of performance:
EAST OF ENGLAND
Outer London – East and North East
LONDON
Inner London – East
Inner London – West
SOUTH EAST (ENGLAND)
Outer London – West and North West
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 986 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £600,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/AQA7DY62Y6
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 2)
II.2.1) Title:North West
Lot No:2
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 941 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £425,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/P35UXJ2WHF
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 3)
II.2.1) Title:Southern
Lot No:3
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKK2 - Dorset and Somerset
UKJ3 - Hampshire and Isle of Wight
Main site or place of performance:
Dorset and Somerset
Hampshire and Isle of Wight
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 206 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £100,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4G7N3X6753
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 4)
II.2.1) Title:Devon & Cornwall
Lot No:4
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKK3 - Cornwall and Isles of Scilly
UKK4 - Devon
Main site or place of performance:
Cornwall and Isles of Scilly
Devon
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 171 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £125,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/FQF68P2TFK
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 5)
II.2.1) Title:Midlands
Lot No:5
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 530 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £250,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/2884W3AJX4
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 6)
II.2.1) Title:London & Home Counties South
Lot No:6
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKI6 - Outer London – South
UKI - LONDON
UKJ4 - Kent
UKJ - SOUTH EAST (ENGLAND)
UKJ2 - Surrey, East and West Sussex
Main site or place of performance:
Outer London – South
LONDON
Kent
SOUTH EAST (ENGLAND)
Surrey, East and West Sussex
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 574 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £225,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5S83EHE2B2
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
II.2) Description (lot no. 7)
II.2.1) Title:West of England
Lot No:7
II.2.2) Additional CPV code(s):
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance
Nuts code:
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area
Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of the procurement: saha is looking for a contractor with significant experience of delivering repairs and maintenance works and services to a high standard and at value for money rates.
The successful contractor will be responsible for the delivery of responsive and void maintenance to saha's 421 homes within the region. This includes daytime repairs and responding to out-of-hours emergency requests from saha’s call-handlers. Bidders will need to demonstrate their approach to providing services to supported housing schemes and vulnerable residents.
The procurement documents provide information on the geographical areas covered by the Lot. Bidders will need to ensure that they can cover all of saha’s properties within the Lot and in their tender responses will need to demonstrate that they can successfully mobilise and deliver across the region taking account of the location of all of the housing stock.
The works will be delivered under a JCT Measured Term Contract which will be for an initial period of 3 years with the option to extend by a further 2 years. The anticipated contract start date is November 2021. The works will be paid for using the NHF Schedule of Rates version 7.1. The estimated annual value (excluding VAT and inflation) is approximately £175,000.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/77K939B55T
There will be a no-fault break clause operational with 12 months' written notice on either side which can be enacted at any point from the first anniversary of the contract.
Section IV: Procedure
IV.1) Description
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
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: London & Home Counties North
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Spirit Home Limited, 07231858
Onega House, 112 Main Road, Sidcup, DA14 6NE, United Kingdom
Tel. +44 8000430093, Email: ben@spirithome.co.uk
NUTS Code: UKI6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,047,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: North West
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Southern
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
FWJ Limited, 06001665
Lynton House, 7-12 Tavistock Square, London, WC1H 9BQ, United Kingdom
Tel. +44 2030517806, Email: info@fwjlimited.com
Internet address: www.fwjlimited.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 420,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Devon and Cornwall
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
FWJ Limited, 06001665
Lynton House, 7-12 Tavistock Square, London, WC1H 9BQ, United Kingdom
Tel. +44 2030517806, Email: info@fwjlimited.com
Internet address: www.fwjlimited.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 539,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Midlands
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Spirit Home Limited, 07231858
Onega House, 112 Main Road, Sidcup, DA14 6NE, United Kingdom
Tel. +44 8000430093, Email: ben@spirithome.co.uk
NUTS Code: UKI6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 712,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: London and Home Counties South
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Spirit Home Limited, 07231858
Onega House, 112 Main Road, Sidcup, DA14 6NE, United Kingdom
Tel. +44 8000430093, Email: ben@spirithome.co.uk
NUTS Code: UKI6
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 967,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 7
Title: West of England
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
FWJ Limited, 06001665
Lynton House, 7-12 Tavistock Square, London, WC1H 9BQ, United Kingdom
Tel. +44 2381300203, Email: info@fwjlimited.com
Internet address: www.fwjlimited.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 723,250
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=640609798
VI.4) Procedures for review
VI.4.1) Review body
The High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Internet address: www.justice.gov.uk/courts
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
ARK Consultancy Limited
84 Spencer Street, Birmingham, B18 6DS, United Kingdom
Tel. +44 5153831, Email: zkhan@arkconsultancy.co.uk
Internet address: www.arkconsultancy.co.uk
VI.5) Date of dispatch of this notice: 04/11/2021