Section one: Contracting authority
one.1) Name and addresses
Southdown Housing Association
2 Bell Lane
Lewes
BN7 1JU
purchasing.tenders@southdown.org
Telephone
+44 7356140467
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
National registration number
20755R
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43265
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kitchen and Bathroom Replacements
two.1.2) Main CPV code
- 45330000 - Plumbing and sanitary works
two.1.3) Type of contract
Works
two.1.4) Short description
Renewal/Replacement of Domestic Kitchens and or Bathrooms of properties in East & West Sussex including Brighton
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39141000 - Kitchen furniture and equipment
- 39141400 - Fitted kitchens
- 45421151 - Installation of fitted kitchens
- 39144000 - Bathroom furniture
- 45211310 - Bathrooms construction work
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ28 - West Sussex (North East)
two.2.4) Description of the procurement
Replacement of Kitchens and or Bathrooms at Properties in East & West Sussex Including Brighton
two.2.5) Award criteria
Quality criterion - Name: Organisational Profile / Weighting: 5
Quality criterion - Name: Arranging Access / Weighting: 5
Quality criterion - Name: Safeguarding / Weighting: 10
Quality criterion - Name: Challenging Behaviours / Weighting: 10
Quality criterion - Name: Resource Availability / Weighting: 10
Quality criterion - Name: Health and Safety / Weighting: 5
Quality criterion - Name: Complaints / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
- Building regulations, British standards, UK Law , Chas Certification
- Public health act
- BS7671:2018 or equivalent
- Electricity at work 1989
- CoSHH Regulations 2002
- Control of asbestos 2012
- Water regulations including water fittings
- DBS Checked and passed
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 September 2025
four.2.7) Conditions for opening of tenders
Date
17 March 2025
Local time
5:00pm
Place
Bell Lane
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233792.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233792)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit