Tender

Responsive Repairs and Voids Procurement

  • Sovereign Network Homes

F02: Contract notice

Notice identifier: 2024/S 000-017770

Procurement identifier (OCID): ocds-h6vhtk-046e70

Published 7 June 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Sovereign Network Homes

The Hive, 22 Wembley Park Boulevard

Wembley

HA9 0HP

Contact

Shelley Wood

Email

shelley.wood@lumensol.co.uk

Telephone

+44 7342933523

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.sng.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-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