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
Telephone
+44 1215153831
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
National registration number
15210R
Internet address(es)
Main address
Buyer's address
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
six.4.4) Service from which information about the review procedure may be obtained
ARK Consultancy Limited
84 Spencer Street
Birmingham
B18 6DS
Telephone
+44 5153831
Country
United Kingdom