Section one: Contracting authority
one.1) Name and addresses
Sovereign Network Homes
The Hive, 22 Wembley Park Boulevard
Wembley
HA9 0HP
Contact
Shelley Wood
Telephone
+44 7342933523
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main 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-Wembley:-Construction-work./95AUP8J3VA
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
Responsive Repairs and Voids Procurement
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Sovereign Network Homes (SNH) is looking to procure two suitable providers to deliver Repairs and Voids to their housing stock across two geographical Lots. The Contract will be for an initial term of 3 years with optional extensions of a maximum further 2 years. The extensions will consist of one year plus one year.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
London (excluding East London)
Lot No
1
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50000000 - Repair and maintenance services
- 45400000 - Building completion work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
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: £53,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension for additional 2 years in the form of 1+1
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/95AUP8J3VA
two.2) Description
two.2.1) Title
East & Outer London
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50000000 - Repair and maintenance services
- 45400000 - Building completion work
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
SNH are seeking expressions of interest from suitably skilled and experienced suppliers to deliver repairs and voids split into two geographical Lots across London, Hertfordshire, Bedfordshire and Buckinghamshire.
The services required by this contract include repair and maintenance works to SNH’s housing stock, and work to bring void properties up to the lettable standard.
There may also be occasions where the Providers are required to deliver component replacement (e.g. kitchens, bathrooms, rewires and the like) on an ad-hoc, reactive basis both in tenanted and void properties.
Bidders will be able to apply for both Lots but will only be awarded one. If any bidder is successful in winning both Lots, SNH will, at their sole discretion, decide which Lot they will be awarded to and they will then be eliminated from the other Lot.
The successful Providers will enter into contract with SNH utilising a Term Alliance Contract (TAC-1) for an initial term of 3 years, with a maximum optional extension of 2 years consisting of annual renewals.
SNH are following the Restricted procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
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: £36,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension of term for 2 additional years in the form of 1 +1
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS.1.1.2The following list of qualifications is provided to give an indication of the training that operatives of the Provider may require to enable completion of the Tasks under this Contract. This list is not intended to be exhaustive and it is the Provider’s responsibility to ensure that its Workforce has the relevant training to complete their role:
a)National Inspection Council for Electrical Installation Contracting (NICEIC)
b)Part P Electrical
c)Electrical Contractors Association (ECA)
d)British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
e)Safe use of ladders and stepladders
f)Health and safety
g)FIRAS/ BMTrada/ QMARK
h)Asbestos Awareness
i)Confined Space
j)Fire Risk and Evacuations Procedures
k)International Powered Access Federation (IPAF) Qualification
l)Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification.
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
12 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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.
SNH reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. SNH shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with SNH shall be incurred entirely at that applicant's/tenderer's risk.
SNH anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract.
This contract notice is being issued in the name of Sovereign Network Homes (SNH) as this is our current legal identity, however in April 25 we will fully merge with SNG and the contract will be novated into this name.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Construction-work./95AUP8J3VA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/95AUP8J3VA
GO Reference: GO-202467-PRO-26477532
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Sovereign Network Homes
The Hive, 22 Wembley Park Boulevard
Wembley
HA9 0NU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
six.4.4) Service from which information about the review procedure may be obtained
The High Court of England and Wales
The Strand,
London
WC2A 2LL
Country
United Kingdom