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
procurementops@southend.gov.uk
Telephone
+44 1702215000
Country
United Kingdom
Region code
UKH31 - Southend-on-Sea
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://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