Tender

Framework for Adaptations Works for Residents of Southend 2022

  • Southend-on-Sea Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-023185

Procurement identifier (OCID): ocds-h6vhtk-03613a

Published 19 August 2022, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend-on-Sea

SS2 6YL

Contact

Corporate Procurement

Email

procurementops@southend.gov.uk

Telephone

+44 1702215000

Country

United Kingdom

Region code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Adaptations Works for Residents of Southend 2022

Reference number

DN622904

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Southend on Sea City Council is carrying out this procurement exercise in the form of a FTS Restricted Tender for the Provision of Adaptation Works under a Framework Agreement within the boundaries of Southend on Sea City Council “the Works” in two lots: Lot 1 Primary Adaptation Suppliers and Lot 2 Secondary Adaptation Suppliers.

Candidates who feel that they are suitably qualified organisations may complete the requirements of the first stage for either the Lot 1 or Lot 2 competitions in order to qualify as shortlisted tenderers invited to Stage 2 -Tender stage of the procurement.

The applicant expressing an interest will complete the Selection Questionnaire (SQ) and the scored questionnaire for the lot they are applying for (Lot 1 or Lot 2).

Candidates who pass the SQ will have their responses to the Lot questionnaire assessed and scored as set out in the Evaluation Criteria below; this will create a ranking of the applicants for each Lot. The Council intend to invite the top-scoring 6-8 applicants to tender stage (for each lot) but reserve the right to invite fewer or more candidates as it sees fit or to invite none at all.

In selecting the cohort to invite to tender stage, the Council will take into consideration the spread of ranked scores and clear wider gaps in ranked scores may influence the number of candidates invited to tender stage.

Candidates are allowed to express an interest in a single Lot only.

Lot 1 Primary Adaptation Suppliers

The Council are seeking suitably qualified organisations that have the required experience as first-tier suppliers receiving personalised Adaptations referrals to appoint to a framework for the supply and installation of home adaptations (mainly accessible bathrooms) for older and disabled residents in Southend on Sea. The framework agreement will provide for suppliers to deliver the supply and installation of bathroom, kitchen and other adaptation works, including associated building works, to owner occupied, privately-rented and RSL properties.

Adaptations Works experience must include receiving and managing personalised referrals from Councils or Social Landlords or similar for the supply and installation of home adaptations for older and disabled residents who live at the premises and including the requisite customer care as outlined in the tender documents.

Lot 2 Secondary Adaptation Suppliers

The Council are seeking suitably qualified organisations that can demonstrate relevant experience as well as the necessary competence to deliver the supply and installation of home adaptations (mainly accessible bathroom) for older and disabled residents in Southend on Sea. The framework agreement will provide for suppliers to deliver the supply and installation of bathroom, kitchen and other adaptation works, including associated building works, to owner occupied, privately-rented and RSL properties.

two.1.5) Estimated total value

Value excluding VAT: £5,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Lot 1 – Primary Framework Contractors

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 1 Primary Adaptation Suppliers

The Council are seeking suitably qualified organisations that have the required experience as first-tier suppliers receiving personalised Adaptations referrals to appoint to a framework for the supply and installation of home adaptations (mainly accessible bathrooms) for older and disabled residents in Southend on Sea. The framework agreement will provide for suppliers to deliver the supply and installation of bathroom, kitchen and other adaptation works, including associated building works, to owner occupied, privately-rented and RSL properties.

Adaptations Works experience must include receiving and managing personalised referrals from Councils or Social Landlords or similar for the supply and installation of home adaptations - mainly accessible bathrooms but with kitchen and other adaptation works, including associated building works - for older and disabled residents who live at the premises and including the requisite customer care as outlined in the tender documents.

The Council does not accept that a referral for the tenderer having worked on general refurbishment or large-scale regeneration projects (such as Decent Homes) – or as a subcontractor – will sufficiently demonstrate the necessary experience in the area of the Contract.

The Council intend to allocate 80% of the Adaptations works orders to these suppliers, subject to the Supplier’s satisfactory performance of the Contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Expected Commencement date of the Framework and the Contract(s): 5 December 2022.

End date of the Framework and the Contract(s): 4 December 2024.

Possible extensions: At the Contracting Authorities’ sole discretion for further periods up to a maximum contract and framework duration of 48 months.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Candidates who pass the SQ will have their responses to the Lot questionnaire assessed and scored as set out in the Evaluation Criteria below; this will create a ranking of the applicants for each Lot. The Council intend to invite the top-scoring 6-8 applicants to tender stage (for each lot) but reserve the right to invite fewer or more candidates as it sees fit or to invite none at all.

In selecting the cohort to invite to tender stage, the Council will take into consideration the spread of ranked scores and clear wider gaps in ranked scores may influence the number of candidates invited to tender stage.

The Council intend to appoint up to 6 Suppliers to the Framework Agreement (for each Lot 1 and Lot 2) but reserve the right to appoint fewer or more – or to appoint none at all – as it sees fit.

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) Description

two.2.1) Title

Lot 2 Secondary Adaptation Suppliers

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262700 - Building alteration work

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Lot 2 Secondary Adaptation Suppliers

The Council are seeking suitably qualified organisations that can demonstrate relevant experience as well as the necessary competence to deliver the supply and installation of home adaptations (mainly accessible bathrooms) for older and disabled residents in Southend on Sea. The framework agreement will provide for suppliers to deliver the supply and installation of bathroom, kitchen and other adaptation works, including associated building works, to owner occupied, privately-rented and RSL properties.

The Council intend to allocate 20% of the Adaptations works orders to these suppliers, subject to the Supplier’s satisfactory performance of the Contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Expected Commencement date of the Framework and the Contract(s): 5 December 2022.

End date of the Framework and the Contract(s): 4 December 2024.

Possible extensions: At the Contracting Authorities’ sole discretion for further periods up to a maximum contract and framework duration of 48 months.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Candidates who pass the SQ will have their responses to the Lot questionnaire assessed and scored as set out in the Evaluation Criteria below; this will create a ranking of the applicants for each Lot. The Council intend to invite the top-scoring 6-8 applicants to tender stage (for each lot) but reserve the right to invite fewer or more candidates as it sees fit or to invite none at all.

In selecting the cohort to invite to tender stage, the Council will take into consideration the spread of ranked scores and clear wider gaps in ranked scores may influence the number of candidates invited to tender stage.

The Council intend to appoint up to 6 Suppliers to the Framework Agreement (for each Lot 1 and Lot 2) but reserve the right to appoint fewer or more – or to appoint none at all – as it sees fit.

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


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

Selection criteria as stated in the procurement documents and supplier questionnaires.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents and supplier questionnaires.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

20 September 2022

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: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Services

London

Country

United Kingdom