Section one: Contracting authority
one.1) Name and addresses
The Riverside Group
2 Estuary Commerce Park, Estuary Boulevard
Liverpool
L24 8RF
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
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.