Tender

PR10107 - Salvation Army Homes - Responsive Repairs and Void Refurbishment Works Contracts

  • Salvation Army Homes

F02: Contract notice

Notice identifier: 2024/S 000-029001

Procurement identifier (OCID): ocds-h6vhtk-043ab1

Published 10 September 2024, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

Salvation Army Homes

53-55 Victoria Square

Bolton

BL1 1RZ

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.salvationarmyhomes.org.uk/contact

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court. 1 Knoll Rise

Orpington

BR6 0JA

Contact

procurement team

Email

paulsmith@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

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

PR10107 - Salvation Army Homes - Responsive Repairs and Void Refurbishment Works Contracts

Reference number

PR-10107

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The delivery of responsive repairs and void refurbishment works contracts across the entire country.

two.1.5) Estimated total value

Value excluding VAT: £21,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

SAH will appoint a reserve contractor to each lot. The reserve will be the highest placed tenderer who has not been successful on the given Lot.

two.2) Description

two.2.1) Title

South West Lot

Lot No

1

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

South West of England

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 200000, which equates to 1400000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £1,400,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

West Region Lot

Lot No

2

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

West region

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 390000, which equates to 2730000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £2,730,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

South Region Lot

Lot No

3

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

South and South East of England

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 220000, which equates to 1540000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £1,540,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

London Region Lot

Lot No

4

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment 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

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 485000, which equates to 3395000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £3,395,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

East Region Lot

Lot No

5

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

East of England

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 380000, which equates to 2660000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £2,660,000

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

Start date

1 April 2025

End date

30 March 2035

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

Midlands Region Lot

Lot No

6

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
Main site or place of performance

The Midlands

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 550000, which equates to 3850000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £3,850,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

North East Region Lot

Lot No

7

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
Main site or place of performance

North East England

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 230000, which equates to 1610000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years

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: £1,610,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

two.2) Description

two.2.1) Title

North West Region Lot

Lot No

8

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

North West England

two.2.4) Description of the procurement

The delivery of a responsive repairs and voids refurbishment work contract. With a Schedule of Rates model for repairs and voids, but with the ability to move to an average order value model for repairs after year 1.

The contract term is 3 years with the option for a further 2 years and then another 2 years.

The contract will commence in April 2025. The annual estimated value for this Lot is 650000, which equates to 4550000 over the maximum seven year term, but these are very much subject to change and does not include any inflation adjustment for the latter years.

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: £4,550,000

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

Start date

1 April 2025

End date

30 March 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the CAS.

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.2.14) Additional information

The values and duration set out in this notice are for the maximum seven year term, but the Contract will be for an initial three years with the option to extend by a further Four years in Two year increments.


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

As set out in the Tender Documents

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 set out in the Tender Documents

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-005208

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 October 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 November 2024

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SAH reserve the right to cancel this procurement at any time.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232681.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232681)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Cabinet Office

London

W2 2LL

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, the Strand

London

W2 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom