Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sutton Housing Partnership
Sutton Gate, 1 Carshalton Road
Sutton
SM1 4LE
UK
Contact person: Roger O'Sullivan
Telephone: +44 2087706636
E-mail: roger.o'sullivan@suttonhousingpartnership.org.uk
NUTS: UKI63
Internet address(es)
Main address: www.suttonhousingpartnership.org.uk
Address of the buyer profile: www.suttonhousingpartnership.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org
I.4) Type of the contracting authority
Other: ALMO
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Voids and Repairs - Sutton Housing Partnership
Reference number: DN546641
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
In 2019, the board at Sutton Housing Partnership (SHP) took the decision to deliver repairs in house and took the first steps in April 2020 by ending the contract with its current provider, and setting up a repairs team to undertake reactive repairs services to residents.
SHP wishes to set up a Framework for Voids and Repairs (supply chain) across five LOTS to support the SHP repairs team, working in partnership to deliver excellent service to residents. There could be up to five contactors on each Lot.
This is an opportunity to work with the SHP repairs team, delivering mainly reactive repairs, voids and maintenance services to its tenants and leaseholders. This would include repairs to tenants’ homes as well as to communal areas.
SHP are seeking contractors to support its delivery the following trades and works:
Drainage and plumbing- Lot 1
Electrical works, including electrical testing- Lot 2
Roofing including scaffolding- Lot 3
Voids- Lot 4
Asbestos surveys and removal - Lot 5
Successful contractors will be appointed to a framework for a period of four years, subject to satisfactory performance.
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: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
This is an opportunity to work with the SHP repairs team, delivering mainly reactive repairs, voids and maintenance services to its tenants and leaseholders. This would include repairs to tenants’ homes as well as to communal areas.
SHP are seeking contractors to support its delivery the following trades and works:
Drainage and plumbing- Lot 1
Electrical works, including electrical testing- Lot 2
Roofing including scaffolding- Lot 3
Voids- Lot 4
Asbestos surveys and removal - Lot 5
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
45232450
45232451
45232452
50700000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Drainage works are of a reactive nature for response repairs to individual properties and communal stacks and drains. Planned drainage programmes are not included. Typically works will include:
Collapsed drains
Blocked stacks
CCTV drain surveys
Plumbing issues in individual properties
Out of hours emergency response
Tanker provision
Please refer to the tender documents for the Award Criteria. The tender documents are available at www.londontenders.org (reference DN546641).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
01/01/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.2) Additional CPV code(s)
45310000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Electrical works will be of a routine reactive nature and will not include compliance testing or planned electrical programmes. Typically works will include:
Individual in-flat response repairs
Emergency electrical call outs
Fuse boards
Upgrades and re-wires
Empty property test and report
Compliance testing and certification.
Please refer to the tender documents for the Award Criteria. The tender documents are available at www.londontenders.org (reference DN546641).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
01/01/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.2) Additional CPV code(s)
45260000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Works will be of a responsive nature and will not include any planned programme of works. This will include roofing repairs and erection of scaffolding to facilitate other reactive repairs. Contractors can express an interest in roofing and scaffolding as a joined up service or individually for just roofing or scaffolding.Typically this will include:
Emergency roof repairs to make safe or water tight
Guttering repairs
Fascias repairs
Erection of scaffolding to facilitate other trades
Full Roof Renewals
Please refer to the tender documents for the Award Criteria. The tender documents are available at www.londontenders.org (reference DN546641).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
01/01/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.2) Additional CPV code(s)
45300000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Voids are classified as :
Standard voids with no capital spend on kitchens, bathrooms or re-wiring with estimated volume 250 per year. Major voids including capital works on kitchens , bathrooms and re-wiring with estimated volume 200 per year. Acquisition voids spend up to £20,000 per void with estimated volume 75 per year
Our standard void specification is attached. Works required and charging mechanisms for standard voids are contained in the basket rates attached. Contractors will be required to carry out a joint inspection within 48 hours notice with SHP to agree to any works required outside of the basket rates on each void property. Contractors will also be required to attend a ‘completion visit’ with SHP once properties are complete.
Please refer to the tender documents for the Award Criteria. The tender documents are available at www.londontenders.org (reference DN546641).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
01/01/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 5
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Works will be of a responsive nature and will not include any planned programme of works. This will include surveys of properties where asbestos is suspected of being present and separately removal and encapsulation of asbestos in accordance with legal requirements. Typically this will include:
Removal of asbestos in empty properties
Removal of asbestos in garages
Please refer to the tender documents for the Award Criteria. The tender documents are available at www.londontenders.org (reference DN546641).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
01/01/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years: This framework will be for four years. There are five lots and there could be up to five contactors on each Lot.
IV.1.8) Information about 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:
17/09/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
17/09/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales Royal Courts of Justice
Strand London
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.suttonhousingpartnership.org.uk/
VI.5) Date of dispatch of this notice
17/08/2021