- Lot 1. LN-Ext - London North - External
- Lot 2. LS-Ext - London South - External
- Lot 3. SSX-Ext - Sussex External
- Lot 4. KNT-Ext - Kent External
- Lot 5. LN-Int - London North and Essex Internal
- Lot 6. LSW-Int - London South West - Internal
- Lot 7. LSE-Int - London South East Internal
- Lot 8. WSX-Int - West Sussex Internal
- Lot 9. ESX-Int - East Sussex Internal
- Lot 10. KNT-Int - Kent and Medway Internal
Scope
Reference
SH2024035
Description
Southern Housing are seeking to procure up to 10 contractors to deliver Capital Investment Works across 10 operational Lots, 4 Lots for External elements (Windows, Roofs and non-fire Doors plus associated works) and 6 Lots for Internal elements (Kitchens and Bathrooms plus associated works) split on a geographical basis.
The contracts also include provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Bidders will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Southern Housing published a PIN and an Information Memorandum related to this procurement (Ref 2024-232366) on 22 July 2024 and have undertaken Pre Market engagement which has included:
a) submission of questionnaire responses
b) use of the questionnaire responses to understand the market and inform the procurement strategy
c) completion of a market engagement event on 3 December 2024 and seeking feedback on the proposed procurement strategy
d) forming an understanding of market capability
e) sharing and seeking feedback on proposed lotting
f) providing updates as to finalised lotting and the indicative procurement programme.
Our Lots are:
4 Lots - External Elements - 1 Contractor per lot
Lot 1 - LN - Ext - London North External
Lot 2 - LS - Ext - London South External
Lot 3 - SSX - Ext - Sussex External
Lot 4 - KNT - Ext - Kent External
6 Lots - Internal Elements - 1 Contractor per lot
Lot 5 - LN - Int - London North Internal
Lot 6 - LSW - Int - London South West Internal
Lot 7 - LSE - Int - London South East Internal
Lot 8 - WSX - Int - West Sussex Internal
Lot 9 - ESX - Int - East Sussex Internal
Lot 10 - KNT - Int - Kent Internal
Please note that all estimated Lot values stated exclude inflation.
Bidders are able to tender for multiple Lots, Bidders will however, only be able to secure a maximum of 2 Lots across any combination of the External or Internal categories. Each Lot will be scored and evaluated individually and contracts will be awarded on the basis of the Most Advantageous Tender (MAT).
The Contracts will be for an initial term of 10 years with an option to extend for up to a further 10 years, giving a total of 20 years.
The Client is targeting the following strategic objectives and added value benefits:
a) Contract rationalisation, flexibility, simplicity and versatility
b) Creation of an integrated supply chain and standardised components providing:
i) commercial incentives and benefits
ii) financial savings
iii) Consistent quality and customer experience
d) Standardised approach to delivery and simple payment processes
e) System integration of end to end activity
f) Maximisation of guarantees/warranties and component lifecycles
g) Delivery of social value outcomes
h) Ideas and innovation
The Client reserves the right, at its sole discretion, to update, modify or replace its strategic objectives or policies after the date of this Invitation to Tender by notification to the Bidders in writing.
In accordance with section 52 of the Procurement Act 2023, wherever the Client enters into a public contract with an estimated value of more than £5 million, the Client must set and publish at least three key performance indicators in respect of the Contract.
In light of the estimated value of the Contract, the Client has set the following indicative key performance indicators for the purposes of this procurement:
KPI 1 - Performance Against Programme
KPI 2 - Resident Satisfaction
KPI 3 - Achieving Budget
KPI 4 - Defects at Handover
The contract extension options will be linked to performance and a programme of market testing as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money.
The Client will enter into Contract with the with the successful Contractor(s) which shall be based on the NHF Form of Contract 2023 (including a Schedule of Amendments).
Total value (estimated)
- £1,448,000,000 excluding VAT
- £1,737,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2036
- Possible extension to 30 April 2046
- 20 years
Description of possible extension:
The contract extension options will be linked to performance and a programme of market testing at defined intervals during the contract period as set out in the Invitation to Tender. This serves as a longer-term incentive and establishes testing of ongoing value for money.
Options
The right to additional purchases while the contract is valid.
Adhoc related works within the scope of the contract, arising from day to day repairs and commercial properties may be instructed.
Further related works within the scope of the contract may be instructed upon the expiry of other existing contract arrangements.
Main procurement category
Works
Lot constraints
Description of how multiple lots may be awarded:
If a Bidder bids for more than two Lots and is ranked first on more than two Lots following tender evaluation the following approach will apply:
a. The two Lots with the highest MAT scores will be awarded to the Bidder and the Bidder will be automatically deemed to have withdraw from all other Tender Submissions relating to any other Lots and those Lots will be re-evaluated in accordance with the assessment methodology provided in the associated tender documents.
b. If the Bidders MAT scores are the same for more than two Lots, then the Bidders Quality evaluation score will be reviewed for each Lot and the two Lots with the highest Quality evaluation scores will be awarded to the Bidder and the Bidder will be automatically deemed to have withdraw from all other Tender Submissions relating to any other Lots and those Lots will be re-evaluated in accordance with the assessment methodology provided in the associated tender documents.
c. If the Bidders MAT scores and Quality evaluation scores are the same for more than two Lots then the Bidders Price evaluation score will be reviewed for each Lot and the two Lots with the highest Price evaluation scores will be awarded to the Bidder and the Bidder will be automatically deemed to have withdraw from all other Tender Submissions relating to any other Lots and those Lots will be re-evaluated in accordance with the assessment methodology provided in the associated tender documents.
d. If the Bidders MAT scores, Quality evaluation scores and Price evaluation scores are the same for more than two Lots then the Bidders will be awarded the two Lots with the highest contract value and the Bidder will be automatically deemed to have withdraw from all other Tender Submissions relating to any other Lots and those Lots will be re-evaluated in accordance with the assessment methodology provided in the associated tender documents.
e. When Lots are re-evaluated following a Bidder automatically stepping aside, the outcome will be:
i) A Bidder that has not previously been awarded a Lot will be awarded a Lot, or:
ii) A Bidder that has only won one Lot will be awarded a second Lot.
Not the same for all lots
CPV classifications and contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1. LN-Ext - London North - External
Description
London North - External - Windows, Roofs and non-fire Doors plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £90,000,000 excluding VAT
- £108,000,000 including VAT
CPV classifications
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 45260000 - Roof works and other special trade construction works
- 45343000 - Fire-prevention installation works
- 45420000 - Joinery and carpentry installation work
- 90650000 - Asbestos removal services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71630000 - Technical inspection and testing services
Contract locations
- UKI - London
- UKH3 - Essex
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 2. LS-Ext - London South - External
Description
London South - External - Windows, Roofs and non-fire Doors plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £150,000,000 excluding VAT
- £180,000,000 including VAT
CPV classifications
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45211350 - Multi-functional buildings construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 45440000 - Painting and glazing work
- 45430000 - Floor and wall covering work
- 45410000 - Plastering work
- 45450000 - Other building completion work
- 45420000 - Joinery and carpentry installation work
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKI - London
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ37 - North Hampshire
- UKJ11 - Berkshire
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 3. SSX-Ext - Sussex External
Description
Sussex External - Windows, Roofs and non-fire Doors plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £160,000,000 excluding VAT
- £192,000,000 including VAT
CPV classifications
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 44221100 - Windows
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
Contract locations
- UKJ35 - South Hampshire
- UKJ34 - Isle of Wight
- UKJ22 - East Sussex CC
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ21 - Brighton and Hove
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 4. KNT-Ext - Kent External
Description
Kent External - Windows, Roofs and non-fire Doors plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
• Fire safety works (only within the primary area of component renewal)
• Retrofit works (non-SHDF/WH: SHF etc.)
And Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
• Legal responsibility of Principal Designer and Principal Contractor roles under both CDM
• Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
• Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Participants are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £110,000,000 excluding VAT
- £132,000,000 including VAT
CPV classifications
- 45211100 - Construction work for houses
- 45211200 - Sheltered housing construction work
- 45211300 - Houses construction work
- 45211340 - Multi-dwelling buildings construction work
- 45211341 - Flats construction work
- 45260000 - Roof works and other special trade construction works
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 44100000 - Construction materials and associated items
- 45343000 - Fire-prevention installation works
- 44221000 - Windows, doors and related items
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 90650000 - Asbestos removal services
- 71630000 - Technical inspection and testing services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
Contract locations
- UKJ4 - Kent
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 5. LN-Int - London North and Essex Internal
Description
London North and Essex Internal - Kitchens and Bathrooms replacement plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £190,000,000 excluding VAT
- £228,000,000 including VAT
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKI - London
- UKH3 - Essex
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 6. LSW-Int - London South West - Internal
Description
London South West - Internal - Kitchens and Bathrooms replacement plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £126,000,000 excluding VAT
- £151,200,000 including VAT
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKI - London
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ37 - North Hampshire
- UKJ11 - Berkshire
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 7. LSE-Int - London South East Internal
Description
London South East Internal - Kitchens and Bathrooms replacement plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £146,000,000 excluding VAT
- £175,200,000 including VAT
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 39221000 - Kitchen equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71530000 - Construction consultancy services
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKI - London
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 8. WSX-Int - West Sussex Internal
Description
West Sussex Internal - Kitchens and Bathrooms replacement plus associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £172,000,000 excluding VAT
- £206,400,000 including VAT
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKJ35 - South Hampshire
- UKJ34 - Isle of Wight
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 9. ESX-Int - East Sussex Internal
Description
East Sussex Internal - Kitchen and bathroom replacement and associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £146,000,000 excluding VAT
- £175,200,000 including VAT
CPV classifications
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 39141000 - Kitchen furniture and equipment
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45430000 - Floor and wall covering work
- 45420000 - Joinery and carpentry installation work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKJ21 - Brighton and Hove
- UKJ22 - East Sussex CC
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 10. KNT-Int - Kent and Medway Internal
Description
Kent and Medway Internal - Kitchen and Bathroom Replacement and associated works.
The contract also includes provision for the following works to be included where required to the properties receiving Capital Investment Works to maximise efficiency of delivery and minimise disruption to residents:
a) Fire safety works (only within the primary area of component renewal)
b) Retrofit works (non-SHDF/WH: SHF etc.)
and Participants will be required to have the capability to fulfil the following roles in support of the contract delivery:
a) Legal responsibility of Principal Designer and Principal Contractor roles under CDM
b) Legal responsibility of Principal Designer and Principal Contractor roles under Building Safety Act requirements
c) Quality assurance of work delivered by the contractors with provision of supporting evidence.
As a contingency only, Bidders are also requested to price for the provision of asbestos surveying and removal works. This is to be provided in strict accordance with Southern Housing procedures and only when specifically instructed by Southern Housing.
Lot value (estimated)
- £158,000,000 excluding VAT
- £189,600,000 including VAT
CPV classifications
- 39141000 - Kitchen furniture and equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 71530000 - Construction consultancy services
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45350000 - Mechanical installations
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 51110000 - Installation services of electrical equipment
- 51120000 - Installation services of mechanical equipment
- 71630000 - Technical inspection and testing services
- 90650000 - Asbestos removal services
- 45343000 - Fire-prevention installation works
Contract locations
- UKJ4 - Kent
Same for all lots
Contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. LN-Ext - London North - External
Lot 2. LS-Ext - London South - External
Lot 3. SSX-Ext - Sussex External
Lot 4. KNT-Ext - Kent External
Lot 5. LN-Int - London North and Essex Internal
Lot 6. LSW-Int - London South West - Internal
Lot 7. LSE-Int - London South East Internal
Lot 8. WSX-Int - West Sussex Internal
Lot 9. ESX-Int - East Sussex Internal
Lot 10. KNT-Int - Kent and Medway Internal
Legal and financial conditions of participation are as set out in the Volume 3 Procurement Specific Questionnaire
Technical ability conditions of participation
Lot 1. LN-Ext - London North - External
Lot 2. LS-Ext - London South - External
Lot 3. SSX-Ext - Sussex External
Lot 4. KNT-Ext - Kent External
Lot 5. LN-Int - London North and Essex Internal
Lot 6. LSW-Int - London South West - Internal
Lot 7. LSE-Int - London South East Internal
Lot 8. WSX-Int - West Sussex Internal
Lot 9. ESX-Int - East Sussex Internal
Lot 10. KNT-Int - Kent and Medway Internal
Technical conditions of participation are as set out in the Volume 3 Procurement Specific Questionnaire
Particular suitability
Lot 1. LN-Ext - London North - External
Lot 2. LS-Ext - London South - External
Lot 3. SSX-Ext - Sussex External
Lot 4. KNT-Ext - Kent External
Lot 5. LN-Int - London North and Essex Internal
Lot 6. LSW-Int - London South West - Internal
Lot 7. LSE-Int - London South East Internal
Lot 8. WSX-Int - West Sussex Internal
Lot 9. ESX-Int - East Sussex Internal
Lot 10. KNT-Int - Kent and Medway Internal
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
21 April 2025, 5:00pm
Submission type
Tenders
Tender submission deadline
28 April 2025, 5:00pm
Submission address and any special instructions
Tender documents can be accessed at https://Www.MyTenders.co.uk/.
Please follow the instructions set out in the Invitation to Tender
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 December 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | As set out in the Invitation to Tender |
Quality | 60.00% |
Price | As set out in the Invitation to Tender |
Price | 40.00% |
Other information
Payment terms
As set out within the Invitation to Tender documentation
Description of risks to contract performance
a) Material availability
b) Material pricing volatility
c) Change of law/legislation
d) Change of regulation
e) Contractor failure
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The following stages will be carried out under the Competitive Flexible Procedure:
Stage 1. Procurement Specific Questionnaire - Conditions of Participation and Initial Screening Assessment
Stage 2. Initial Tenders - Quality and Price Tender Submission and Tender Evaluation
Stage 3. Dialogue Sessions
Stage 4. Detailed Tenders - Quality Submission and Tender Evaluation
Stage 5. Negotiation and Price Evaluation of Best and Final Offer Submissions
Southern Housing propose to rely on section 24 of the Procurement Act 2023 (refining award criteria) following the completion of Stage 3 - Dialogue Sessions, in order to reflect the outcomes of these sessions in Stage 4 Detailed Tenders and Stage 5 Negotiation and Best and Final Offer requirements.
The number of tenderers will be reduced at each stage as set out in the invitation to tender and as follows:
Stage 1. Procurement Specific Questionnaire - Conditions of Participation and Initial Screening Assessment - all Bidders that pass Stage 1 will proceed to Stage 2.
Stage 2. Initial Tenders - Quality and Price Tender Submission and Tender Evaluation - Bidders that do not meet the minimum quality scoring threshold will be rejected and not considered any further. Bidders that meet or exceed the minimum quality threshold will progress to the price evaluation. The quality and price scores will be combined to provide a ranking for each Lot and up to 5 Bidders will be shortlisted for each Lot based on those ranked 1st to 5th for each Lot and will proceed to Stage3.
3. Dialogue Sessions - all Bidders will proceed to Stage 4.
4. Detailed Tenders - Quality Submission and Tender Evaluation - those Bidders that do not achieve the minimum quality scoring threshold will be rejected and not considered any further. Those bidders that meet or exceed the minimum quality scoring threshold will proceed to Stage 5.
5. Negotiation and Price Evaluation of Best and Final Offer Submissions - the best and final offer submissions will be evaluated and added to the quality scores to produce a final ranking for each Lot. The Bidders with the highest overall score for each Lot will be recommended as the Most Advantageous Tender.
Justification for not publishing a preliminary market engagement notice
Preliminary Market Engagement was undertaken under PCR2015 via PIN Notice Ref 2024/S 000-022588.
Documents
Associated tender documents
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593133
Volume 1A - Price Frameworks
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593181
Volume 1B - Project Brief
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593182
Volume 1C - NHF Form of Contract Articles and Contract Details
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593183
Volume 1C - NHF Form oof Contract 2023 Contract Conditions
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593184
Volume 1C - NHF Form of Contract 2023 Preliminaries
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593185
Volume 1D - Specification - NHF Planned Maintenance
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593186
Volume 1D(a) - General Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593187
Volume 1D(b) - Kitchen Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593188
Volume 1D (c) - Bathroom Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593189
Volume 1D (d) - Roofing Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593190
Volume 1D (e) - Window and Door Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593191
Volume 1D (f) - Retrofit Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593192
Volume 1D (g) - Fire Safety Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593193
Volume 1D (h) - Asbestos Surveying and Removal Specification
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593194
Volume 1E - Key Performance Indicators
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593195
Volume 1F - Quality Evaluation Questions
https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=593196
Supporting Documentation
Documents to be provided after the tender notice
Any documents issued after the tender notice is published will be issued via the MyTenders portal
Contracting authority
Southern Housing
- Public Procurement Organisation Number: PXJP-9994-BJBR
Fleet House, 59-61 Clerkenwell Road
London
EC1M 5LA
United Kingdom
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government