Procurement

2425-0477: Void Reservicing, Refurbishment, and New Tenancy Repair Works

  • Islington Council

Procurement identifier (OCID): ocds-h6vhtk-051473

Description

Islington Council invites suitable expressions of interest from suppliers for the above.

The requirement

The Council seeks to procure four contractors to deliver void reservicing, refurbishment, and new tenancy repairs to the Council's void properties.

The contracts are needed for the delivery of reservicing to vacant council (void) properties, and the refurbishment of major works voids, ensuring they are let in a timely manner and to a high-quality standard. This will also extend to include required repairs within the first eight weeks of a new tenancy (works in occupation).

The contracts to be procured will also include void reservicing and refurbishment for properties used for temporary accommodation. This includes Buy-Backs (where the Council repurchases homes previously sold under 'Right to Buy'), General Needs Temporary Accommodation (GNTA), and other temporary accommodation projects (e.g. Afghan Refugee Project, Rough Sleepers). The council is required to provide white goods and furnishings for void properties that fall under these schemes, therefore the contract will also extend to cover such.

Contract period

The duration of the contracts will be for an initial period of 24 months from an estimated start date of November 2025, with an option to extend by a further 24 months. Should the contracts be extended, the maximum total contracts will be for a period of forty-eight months (four years).

Value of the contract or framework agreement

The estimated total value of these contracts is £28,000,000 over the maximum forty-eight (48) months. This is based on £7,000,000 per annum. However, the council is confident the bids received will be lower than the estimated value.

Award criteria

The contract(s) will be awarded to the Most Advantageous Tender(s) (MAT) in accordance with

the Procurement Act 2023.

Cost/price 40 %

Quality 60 %

Quality made up of:

20% - Proposed approach to social value

15% - Proposed approach to quality management and health and safety

15% - Proposed approach to resourcing the contracts and varying work volumes and priorities

10% - Proposed approach to communication with the client and the resolution of complaints

Total 100%

Procurement process

The contract will be procured using the competitive flexible procedure in a two-stage process

comparable to the restricted procedure. The first stage will involve assessing organisations

through a Procurement Selection Questionnaire (PSQ), with all submissions subject to minimum

requirements as stated in the PSQ. The second stage will be an evaluation of tenders submitted

by bidders who are selected at the PSQ stage.

Notices

UK4: Tender notice

Notice identifier
2025/S 000-048824
Published
14 August 2025, 2:54pm
Show all versions Hide all versions

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-041022
Published
17 July 2025, 3:15pm

UK1: Pipeline notice

Notice identifier
2025/S 000-021743
Published
15 May 2025, 1:25pm