Communities & Housing Investment Consortium (CHIC) : Salvation Army HA Responsive & Voids Maintenance

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Building installation work.
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

UK-London: Building installation work.

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