Tender

Retirement Living Investment Programme (RLIP) for FY22-24

  • The Riverside Group

F02: Contract notice

Notice identifier: 2022/S 000-005559

Procurement identifier (OCID): ocds-h6vhtk-031c53

Published 1 March 2022, 1:02pm



Section one: Contracting authority

one.1) Name and addresses

The Riverside Group

2 Estuary Commerce Park, Estuary Boulevard

Liverpool

L24 8RF

Email

Procurement@riverside.org.uk

Country

United Kingdom

NUTS code

UKD72 - Liverpool

Internet address(es)

Main address

www.riverside.org.uk

Buyer's address

https://riversource.wax-live.com/S2C/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://riversource.wax-live.com/S2C/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://riversource.wax-live.com/S2C/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Retirement Living Investment Programme (RLIP) for FY22-24

Reference number

TRG 256

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

As part of the Retirement Living Investment Programme (RLIP) for FY22-24, fifteen retirement living schemes within the Care & Support division of The Riverside Group have been identified as requiring refurbishment and property improvement works this financial year to bring them up to an improved standard of living and to meet current building regulations. The general scope of works includes the interior design, asbestos removal (as appropriate), supply & installation of kitchens & bathrooms, lifts, windows & doors, mechanical & electrical works, refurbishment of communal areas, and the provision of furniture & soft furnishings, general construction works including the surrounding area of the schemes We have grouped these tenders into regional lots:

Tender A - Lot 1 - Liverpool City Region

Tender A - Lot 2 - North West

Tender B - North East

Tender C - South & Central

two.1.5) Estimated total value

Value excluding VAT: £8,766,227

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Tender A - Lot 2 - Liverpool City Region

Lot No

Tender A2

two.2.2) Additional CPV code(s)

  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45420000 - Joinery and carpentry installation work

two.2.3) Place of performance

NUTS codes
  • UKD72 - Liverpool
Main site or place of performance

St Lukes Court, L4 6

Willowdene Court, L11 6NP

Hawthorne Court, L21 7PA

Ormerod Court, CH63 7RZ

Primrose Court, CH45 2PE

Sandfield Hey, L12 9JJ

two.2.4) Description of the procurement

The general scope of works includes the interior design, asbestos removal (as appropriate), supply & installation of kitchens & bathrooms, lifts, windows & doors, mechanical & electrical works, refurbishment of communal areas, and the provision of furniture & soft furnishings, general construction works including the surrounding area of the schemes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,270,736

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

two.2) Description

two.2.1) Title

Tender A - Lot 1 - North West

Lot No

Tender A1

two.2.2) Additional CPV code(s)

  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45420000 - Joinery and carpentry installation work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Victoria Court, Widnes, WA8 7ND

Woodend Court, Widnes, WA8 3JX

St Georges Court, Widnes, WA8 8DP

Poulton Court, Southport, PR9 7DZ

Hyde House, Stockport, SK4 5DA

two.2.4) Description of the procurement

The general scope of works includes the interior design, asbestos removal (as appropriate), supply & installation of kitchens & bathrooms, lifts, windows & doors, mechanical & electrical works, refurbishment of communal areas, and the provision of furniture & soft furnishings, general construction works including the surrounding area of the schemes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,976,056

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

two.2) Description

two.2.1) Title

Tender B - North East

Lot No

B

two.2.2) Additional CPV code(s)

  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45420000 - Joinery and carpentry installation work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
Main site or place of performance

Frank Bushell House, South Shields

Greenfield, Hull, HU5 5SW

two.2.4) Description of the procurement

The general scope of works includes the interior design, asbestos removal (as appropriate), supply & installation of kitchens & bathrooms, lifts, windows & doors, mechanical & electrical works, refurbishment of communal areas, and the provision of furniture & soft furnishings, general construction works including the surrounding area of the schemes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,221,854

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

two.2) Description

two.2.1) Title

Tender C - South & Central

Lot No

C

two.2.2) Additional CPV code(s)

  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 45420000 - Joinery and carpentry installation work

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKI - London
Main site or place of performance

Whiteways Court, Nottingham, NG11 9HR

Welton Court, London, SE5 8NB

two.2.4) Description of the procurement

The general scope of works includes the interior design, asbestos removal (as appropriate), supply & installation of kitchens & bathrooms, lifts, windows & doors, mechanical & electrical works, refurbishment of communal areas, and the provision of furniture & soft furnishings, general construction works including the surrounding area of the schemes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,297,581

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.1.2) 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


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

20 May 2022

Local time

12:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 May 2022

Local time

12:00pm


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

Tender documents must be accessed through RiverSource tender portal only

https://riversource.wax-live.com/s2c

This tender process will incorporate a minimum 10 calendar day standstill period at the point

information on award is communicated to tenderers. Appeals can be directly raised via the

contact points detailed in section VI.4.1) of this contract notice.

TRG and all subsidiary undertakings of TRG both current and future. All parts of any current

or future group structure of which TRG is or may become, a part

additional details of the required service can be found within the tender documents included

on the RiverSource tendering portal.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar day standstill period at the point

information on the award is communicated to tenderers. Appeals can be directly raised via

the contact points detailed in section VI.4.1) of this contract notice.