Construction Contract Leads
South East
Category Works
Type
No. of Lots 3
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c566 |
Common Procurement Vocabulary | Overhaul and refurbishment work |
Procurement Method | Restricted procedure |
Value | £17,625,000 |
South East
Category Works
Type
No. of Lots 3
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c566 |
Common Procurement Vocabulary | Overhaul and refurbishment work |
Procurement Method | Restricted procedure |
Value | £17,625,000 |
Section I: Contracting authority
I.1) Name and addresses
Worthing Homes Limited
Davison House, North St
Worthing
BN11 1ER
procurement [at] effefftee.co.uk
Country
United Kingdom
NUTS code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
https://www.worthing-homes.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement Team
procurement [at] effefftee.co.uk
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Worthing Homes Responsive Repairs and Void Refurbishment Contracts
II.1.2) Main CPV code
- 45453000 - Overhaul and refurbishment work
II.1.3) Type of contract
Works
II.1.4) Short description
The delivery of Responsive Repairs and Void Refurbishment Works to properties owned and managed by Worthing Homes. Lot 1 is Responsive Repairs and Void Refurbishments with estimated annual value of 3,050,000.00 GBP. Lot 2 is Window and Door Repairs with estimated annual value of 300,000.00 GBP. Lot 3 is Drainage Repairs with estimated annual value of 175,000.00 GBP.
It is intended that the Window and Door Repairs contract will commence in August 2025, and that the Responsive Repairs and Void Refurbishment and the Drainage Repairs contracts will commence in September 2025.
All contracts are subject to annual reviews by Worthing Homes, and are intended to run for a period of five years with the option for renewal for an extension of up to three years and then a further extension of up to two years. The maximum duration of the contracts is therefore ten years. The total contract value(s) within this notice are therefore subject to review and are not guaranteed. The total contract value(s) is also
subject to inflation.
II.1.5) Estimated total value
Value excluding VAT: £17,625,000
II.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
II.2) Description
II.2.1) Title
Drainage Repairs
Lot No
3
II.2.2) Additional CPV code(s)
- 45232450 - Drainage construction works
- 45232452 - Drainage works
- 45232453 - Drains construction work
II.2.3) Place of performance
NUTS codes
- UKJ27 - West Sussex (South West)
Main site or place of performance
Properties owned and managed by Worthing Homes
II.2.4) Description of the procurement
Drainage Responsive Repairs (for below ground / floor repairs ONLY including above ground blockages to sanitaryware. Above ground plumbing repairs shall be undertaken by the General Responsive Repairs Contractor – Lot 1)
II.2.5) Award criteria
Quality criterion - Name: Technical Submission / Weighting: 40
Quality criterion - Name: Interview / Weighting: 20
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £1,750,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of five years with the option for renewal for an extension of up to three years, followed by a further extension of up to two years.
The maximum duration of the contract is therefore ten years. The total contract value(s) in this notice is subject to review and therefore not guaranteed.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Window and Door Repairs
Lot No
2
II.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
- 45421130 - Installation of doors and windows
II.2.3) Place of performance
NUTS codes
- UKJ27 - West Sussex (South West)
Main site or place of performance
Properties owned and managed by Worthing Homes
II.2.4) Description of the procurement
Windows and Door Responsive Repairs including ad-hoc replacement doors and windows (excluding windows to complete properties)
II.2.5) Award criteria
Quality criterion - Name: Technical Submission / Weighting: 40
Quality criterion - Name: Interview / Weighting: 20
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £3,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of five years with the option for renewal for an extension of up to three years, followed by a further extension of up to two years.
The maximum duration of the contract is therefore ten years. The total contract value(s) in this notice is subject to review and therefore not guaranteed.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Responsive Repairs and Void Refurbishment
Lot No
1
II.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
- 45421151 - Installation of fitted kitchens
- 45211310 - Bathrooms construction work
II.2.3) Place of performance
NUTS codes
- UKJ27 - West Sussex (South West)
Main site or place of performance
Properties owned and managed by Worthing Homes
II.2.4) Description of the procurement
Works/services required for the contract include but are not restricted to:
- Responsive Repairs, including:
Out of hours and emergency responsive repairs
Provision of repairs reporting and scheduling services
Responsive repairs to rented dwellings and mixed tenure blocks including Shared Ownership
Major/complex repairs. These are defined as any repairs valued at more than 1,000.00 GBP excluding VAT. All relevant repairs will be identified/sourced from pre-inspections undertaken by Worthing Homes’ Repairs Inspectors.
- Damp and mould remediation
- General Maintenance to make good or replace components dependent on economic viability
- Minor Aids and Adaptation works eg. grab rails or handrails
- Void Refurbishment Works (including kitchen and bathroom replacements)
II.2.5) Award criteria
Quality criterion - Name: Technical Submission / Weighting: 40
Quality criterion - Name: Interview / Weighting: 20
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £30,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of five years with the option for renewal for an extension of up to three years, followed by a further extension of up to two years.
The maximum duration of the contract is therefore ten years. The total contract value(s) in this notice is subject to review and therefore not guaranteed.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The estimated annual contract value for this lot is 3,050,000.00 GBP, which is segregated as follows:
General Responsive Repairs 1,800,000.00 GBP
Major Repairs 500,000.00 GBP
Void Refurbishment 750,000.00 GBP
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 stated in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents.
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 February 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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 VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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=233389.
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:233389)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
WC1A 2LL
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom