Tender

Salvation Army HA Responsive & Voids Maintenance

  • Salvation Army Housing Association

F02: Contract notice

Notice identifier: 2021/S 000-007150

Procurement identifier (OCID): ocds-h6vhtk-02a35f

Published 7 April 2021, 6:32pm



Section one: Contracting authority

one.1) Name and addresses

Salvation Army Housing Association

3rd Floor, St Olaves House, 10 Lloyds Avenue

London

EC3N 3AJ

Contact

Zain Khan

Email

zkhan@arkconsultancy.co.uk

Telephone

+44 1215153831

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

National registration number

15210R

Internet address(es)

Main address

https://saha.org.uk/

Buyer's address

https://saha.org.uk/

one.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 above-mentioned address

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

Salvation Army HA Responsive & Voids Maintenance

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £9,500,000

two.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

two.2) Description

two.2.1) Title

London & Home Counties North

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45300000 - Building installation work

two.2.3) Place of performance

NUTS codes
  • 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

two.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.

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: £3,000,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

North West

Lot No

2

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)
Main site or place of performance

NORTH WEST (ENGLAND)

two.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.

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: £2,125,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

Southern

Lot No

3

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Dorset and Somerset,Hampshire and Isle of Wight

two.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.

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: £500,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

Devon & Cornwall

Lot No

4

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKK3 - Cornwall and Isles of Scilly
  • UKK4 - Devon
Main site or place of performance

Cornwall and Isles of Scilly,Devon

two.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.

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: £625,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

Midlands

Lot No

5

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance

EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND)

two.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.

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: £1,250,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

London & Home Counties South

Lot No

6

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • 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

two.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.

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: £1,125,000

two.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

two.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.

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.2.14) 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.

two.2) Description

two.2.1) Title

West of England

Lot No

7

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • 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

two.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.

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: £875,000

two.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

two.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.

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.2.14) 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 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

Restricted 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

10 May 2021

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

26 May 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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

GO Reference: GO-202147-PRO-18049230

six.4) Procedures for review

six.4.1) Review body

The High Court, Royal Courts of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

www.justice.gov.uk/courts

six.4.4) Service from which information about the review procedure may be obtained

ARK Consultancy Limited

84 Spencer Street

Birmingham

B18 6DS

Email

zkhan@arkconsultancy.co.uk

Telephone

+44 5153831

Country

United Kingdom

Internet address

www.arkconsultancy.co.uk