HASTOE GROUP INVITATION TO TENDER (ITT) FOR VOIDS AND RESPONSIVE REPAIRS MADE OF 2 Lots.

Open

Buyers

Value

£1,500,000

Classifications

  • Building materials
  • Building construction work
  • Building installation work
  • Insulation work
  • Building completion work
  • Refurbishment work
  • Repair and maintenance services
  • Repair and maintenance services of building installations
  • Miscellaneous repair and maintenance services
  • Housing services
  • Accommodation, building and window cleaning services
  • Window-cleaning services

Tags

  • tender

Submission Deadline

3 weeks from now

Published

9 hours ago

Description

Hastoe Group is a rural housing association in England specialising in affordable housing for local communities, particularly in rural areas. They own and manage over 7,500 homes across southern England and are known for building sustainable, energy-efficient homes, including Passivhaus homes. Their mission is to provide affordable and environmentally sustainable homes for local people, helping to sustain rural communities. This Procurement will be focussed on the East Sussex Region in which Hastoe Group has circa 500 properties which require a responsive repairs/maintenance and void maintenance.
HASTOE GROUP, is undertaking a competitive tender process to appoint a supplier to deliver their Planned and Responsive Maintenance Services in Lot 1 and Voids Responsive Maintenance Services in Lot 2.
This process is being managed by Altair Ltd on behalf of HASTOE GROUP. Please note that this will conclude as a Hastoe Group contract and has no connection to Altair Ltd.
The aim of this procurement process is to appoint one provider for each Lot of this procurement to deliver the Lot 1 – Responsive Repairs Goods and Services and Lot 2 – Voids Responsive Repairs Goods and Services, Bidders can bid for one or both Lots.
The anticipated annual contract value is estimated at £300,000 split as £250k per annum as responsive repairs and maintenance and circa £50k per annum spend on Voids, , resulting in a total estimated annual spend of £300,000. Over the full six-year term, the estimated total contract value is £1,800,000 including VAT.
Please note that whilst this is an estimated contract value it is not in any way guaranteed. 
The engagement process will be 3 stages. 1. A survey with shaping questions will be sent to all interested parties. 2. Supplier completed questionnaires, and feedback will be collated, and a 3. a full supplier day take place at the request and invitation of the Contracting Authority.
The services planned to be tendered include but are not limited to:
Lot 1 - Responsive Repairs Goods and Services, both in working hours and out of hours call outs.
•Routine Inspections: Regular checks to identify and address minor issues before they become major problems.
•Plumbing Repairs: Fixing leaks, unclogging drains, and maintaining water systems.
•Electrical Repairs: Addressing faulty wiring, replacing light fixtures, and ensuring safe electrical systems.
•Roof Repairs: Fixing leaks, replacing damaged shingles, and maintaining roof integrity.
•Window and Door Repairs: Replacing broken glass, fixing locks, and ensuring proper insulation.
•Structural Repairs: Addressing issues with walls, foundations, and other structural elements.
•Pest Control: Managing infestations and preventing future occurrences.
•Painting and Decorating: Refreshing interiors and exteriors to maintain aesthetic appeal.
•Accessibility Improvements: Installing ramps, handrails, and other modifications to support residents with disabilities.
As part of the service provision, the Contracting Authority is planning to put in place a new Framework solution which will enable the Contracting Authority to provide full range of Goods, Services and Maintenance across the following areas:
Lot 2 - Voids 
This Lot will include, but is not limited to, the workstreams identified below. The Contracting Authority reserves the right to make changes to the content of the Lot based on Market Engagement Feedback.
1.Initial Inspection: Conducting a thorough inspection to identify any damage or necessary repairs.
2.Cleaning: Deep cleaning the entire property, including carpets, windows, and appliances.
3.Painting and Decorating: Refreshing walls, ceilings, and other surfaces to make the property more appealing.
4.Plumbing Repairs: Fixing leaks, replacing fixtures, and ensuring all plumbing systems are functional.
5.Electrical Repairs: Checking and repairing wiring, outlets, and light fixtures.
6.Pest Control: Addressing any infestations and taking preventive measures.
7.Security Enhancements: Ensuring locks, doors, and windows are secure to prevent unauthorized access.
8.Structural Repairs: Fixing any issues with walls, floors, and ceilings.
9.Accessibility Improvements: Making necessary modifications to support residents with disabilities.
10.Waste Removal: Clearing out any leftover belongings or debris from previous tenants.
11.Minor Repairs: Addressing small issues like broken tiles, damaged countertops, or loose fittings.
Conditions of Participation (To be confirmed): 
Legal and financial capability:
Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement.
Likely evidence and process:
1.A copy of the supplier’s registration documents and all relevant certifications and accreditations.
2.Dunn and Bradstreet report to review all Suppliers’ operational standing.
Technical Ability to perform the Services and provide the Goods as set out:
Requirement: The supplier must demonstrate the technical capability and experience necessary to fulfil the contract requirements.
Likely evidence and process:
1.A list of principal services provided in the past three years, including values, dates, and recipients.
2.Details of the technical ability and measures for ensuring quality.
3.Qualifications and experience of key personnel.
4.Quality and Technical Questions to be completed fully, evidencing the Suppliers’ ability to provide the goods and services.
Payment Terms: 30 days net end of month invoice received.
Contract Dates and Expected Process.
Estimated Date of Tender Notice Publication: June 2025, TBC
Estimated Date for Submission of Requests to Participate: June - July 2025, TBC
Procedure Expected to be Used:
•Open Procedure
Dynamic Market Membership: No
Participation – Particular Suitability:
•Small and medium-sized enterprises (SME)
•Large enterprises
Selection Process:
1.Mandatory Documents and Certification:
•Legal and financial capacity documents.
•Certifications and declarations of compliance.
2.Procurement Specific Questionnaire (PSQ):
•Mandatory Questions: Legal, financial, and technical capacity.
•Discretionary Questions: Past performance, references, and other relevant criteria.
•Exclusion Criteria: Both Mandatory and Discretionary
3.Technical/Quality Questionnaire:
•Estimated 60%. Detailed questions assessing the supplier's technical ability and quality assurance measures including social value
4.Pricing Evaluation:
•Estimated 40%. Detailed breakdown of costs and pricing structure.
5.Overall Threshold: For the Suppliers that pass the PSQ, award criteria for both Lots, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score.  The highest scorer with the combined score will be the winning Bidder for each Lot.
NB – The specifics of the Financial /  Non-Financial weightings are to be confirmed following initial market engagement.
Term of the Framework Including Extensions: 4 years initially with extensions up to 24 months to a 6 year maximum term.
Previous Framework Information: Prior Framework was a single Lot in a larger Framework, this element has now been split out.
Intention to Award the Framework to:
1.A single Supplier by Lot, Suppliers can bid for one of or both Lots.
What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: No fees will be charged within this process.
Will an Electronic Auction be Used: No
What Lots will Form this Tender: There will be two Lots, Planned and Responsive Maintenance Services in Lot 1 and Voids Responsive Maintenance Services in Lot 2.
Will it be Awarded by Lot: Yes
Estimated Award Criteria for Each Lot: Both Lots will be awarded on a highest scoring Supplier basis. The Supplier that reaches the highest combined score across the Quality/Technical and Financial evaluations will be awarded to each Lot of the framework. All specifics for the scoring mechanism will be completed in detail following the market engagement, the Contracting Authority reserves the right to amend the award criteria based on Market Engagement.
Can a Supplier bid for all Lots: Yes
Estimated Date of Contract Award: August 2025
Tendering Process – Number of Days for the ITT to be Live: To be confirmed following Market Engagement
Associated Notice – Preliminary Market Engagement Notice: 
Document Access: Documents relating to the procurement can be obtained from Procurement, Contract & Tender Management - Delta eSourcing.
Expression of Interest: Interested parties can express their interest by emailing [email protected] using the Title of the Published Notice and the Unique Reference Number in the Subject line of the email stating which Lot is of interest, by 1700 hours on the 12th June 2025.
Tender Submission Via: Procurement, Contract & Tender Management - Delta eSourcing.
Estimated Date of Tender Submission: Jun-July 2025
Tenders and all Communications Must be in English: All communications and clarifications will be through the preferred tendering portal, in English.
To view this notice, please click here: 
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=960058578

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Rushmoor Borough Council - Leisure Centre Operator

INTRODUCTION Rushmoor Borough Council ('the council') is inviting tenders from suitably experienced leisure facility operators for the operation of a planned new leisure centre to be located in Farnborough as well as the operation of the council's existing leisure centre & lido facilities located in Aldershot. The new Farnborough Leisure Centre, which is currently scheduled to open late 2027 / early 2028, will proactively address identified community needs aligned to health, physical activity and social wellbeing. The leisure operator appointed via the subsequent formal procurement process will manage both the Aldershot and Farnborough facilities, with the contract split into two distinct phases: • the Interim Phase, during which the contractor will manage the Aldershot facility and provide at the request of the Council, provide any input requested in relation to the opening of Farnborough Leisure Facility, and • the Main Phase, during which the contractor will fully operate both facilities. The Council is currently targeting award of the contract to the successful Operator by mid-February 2026. The Interim Phase of the Contract is planned to commence shortly afterwards from 1st April 2026, at which point the Operator will be required to commence delivery of services at the existing Aldershot facilities to coincide with the summer opening of the Lido. The operator may be asked to provide input into the final design & configuration of the new Farnborough Leisure Centre where possible within the development programme, as well as mobilisation, launch and other pre-opening services for the new centre. The Council's target date for opening of the new Farnborough facility is late 2027 / early 2028, at which point the contract will enter its Main Phase. The duration of the Interim Phase is dependent on the date the new facility is ready to be opened, but is likely to run for around 18 to 24 months Once awarded the contract will also allow for the alteration, addition and removal of sporting and leisure assets / sites which may go beyond just the existing Aldershot and planned Farnborough centres. LOTTING STRATEGY In order to investigate the benefits to the Council of different business models and enable the council to arrive at a fully informed market tested award decision, Suppliers are invited to submit bids for either or both of the following Lots; • Lot 1 - Leisure Operator Concession Model • Lot 2 - Leisure Operator Agency Model CORE SCOPE The scope of services / activities / inputs that the Operator will be responsible for can be summarised as: • Equipment fit out of the new Farnborough Leisure Centre • Operational management of the specified Rushmoor Borough Council leisure facilities; o Operation, programming, activities & events o Marketing, promotion & communication o Customer on-boarding, booking, account management, website, back office & customer service o Facilities management, Health & Safety management, Servicing, Repairs & Maintenance o Open book performance reporting, partnership working & continuous improvement • Delivery of the Authority and Public Health priorities to address the wider determinants of health; • Partnership working including; o Developing a higher profile for community sport o Advocating the benefits of leisure time and activities. o Open book performance reporting o Continuous improvement CONTRACT DURATION, PHASING & OPTIONS The duration of the Interim Phase of the contract will continue for a maximum of 2 years. It is anticipated that the interim phase will commence on 1st April 2026 to coincide with the opening of Aldershot Lido for the 2026 summer season. The duration of the interim phase is dependent on the date when the new facility is ready to be opened so may run for a shorter period. Should the opening of the new facility be delayed, the interim phase contract will terminate after 2 years. Once the new Farnborough Leisure Centre facility opens the Main Phase of the contract will then run for a further 15 years. Opening of the new facility is targeted for late 2027 / early 2028. The contract may subsequently be extended by up to 10 years, in further increments to be agreed by both parties up to a maximum term of 25 years. ESTIMATED CONTRACT VALUE The annual estimated value of the Contract in respect of turnover generation for the Interim Phase is in the range of £1.2m to £1.6m. Estimated turnover per annum for the Aldershot facilities is highly variable as usage of the Lido is directly impacted by weather conditions. Turnover for the Aldershot Pools is currently c.£1.1m, with turnover for the lido varying between £150-£450k. The Main Phase of the contract will involve operation of both the Aldershot facilities and new Farnborough facility. New Farnborough facility - In respect of the new facility the current business case projections, which are based upon local demand forecasts and industry benchmarking, are that operations, activities and events run from the new centre that fall within the scope of this contract could generate more than £2.5m turnover per annum. Contract value for total term of contract: • Interim Phase: (based on 2 years) - £2.4m - £3.2m • Main Phase: Initial period (i.e.15 years) - £55.5m - £61.5m • Main Phase: Including extension (i.e. 25 years) - £92.5M - £102.5M The Council is providing these estimates for transparency purposes only and is not placing any binding upper or lower volume and value parameters which could constrain development of the scheme in terms of scope and revenue generation. The figures provided are purely provided as guides and it is for suppliers to determine their own projections in relation to demand, revenue generation, costs, etc. and provide a rationale for their estimates as part of their tender submissions. Whilst the Council may add or remove sites from the contract as well as significantly alter sites, it cannot provide details of what these changes could entail and what may trigger such changes over the term of the contract. The Council is also therefore unable to provide any additional information on how such changes could positively or negatively impact the value of the contract over the base and extended term. CONTRACT PAYMENT MECHANISM During the Interim Phase, the Council requires to contract on a cost-plus 'fixed fee' basis. The Council will pay the operator the fixed annual 'Contractor Management Sum' tendered for the interim phase in accordance with the contract/agreement terms on a quarterly basis. Upon opening of the new facility, the interim phase payment mechanism will cease, and the main phase payment mechanism will come into effect. During the main phase, the payment mechanism will be subject to a fixed management fee, (a payment to the Council), plus % open book surplus share following the share %s set out within the Specification. CONTRACT TERMS The contract/agreement will operate on an open book basis. The contract/agreement has been developed using the Sport England model as set out in its latest Leisure Services Delivery Guidance (LSDG), format but has been updated to reflect relevant changes since the pandemic relating to CIL, risk and utility benchmarking. The draft contract/agreement for each lot are provided as separate documents. • Lot 1 contract - Leisure Operating Contract • Lot 2 contract - Agency Agreement VAT AGENCY RULES & GUIDANCE The agency model is based on existing VAT agency rules and the principles of contract law. As such, the Agency Agreement is subject to changes in HMRC's guidance on VAT agency rules and the treatment of leisure services. Should this occur, the contract will be changed in accordance with the provisions detailed within the Agency Agreement or Leisure Operator Contract (as applicable). PROCUREMENT TIMETABLE & PROCESS The procurement timetable is shown below and, while the council does not intend to depart from it, it reserves the right to do so at any time. Should the programme above change, all Suppliers will be informed of this change via ProContract/SEBP. The procurement timetable is based upon the more likely scenario where the Council does not proceed to award following receipt of 1st stage tenders and instead undertakes negotiations and invites best and final 2nd stage tenders. • Contract Notice issued on FTS - 24th June 2025 • Procurement documents published on ProContract/SEBP Portal - 24th June 2025 • Site visit registration deadline - 4th July 2025 17:00 • Aldershot facilities site visit - 7th July 2025 - 10:30 • Teams supplier briefing registration deadline - 8th July 2025 - 17:00 • Online TEAMS supplier briefing - 9th July 2025 - 12:30 • 1 - 1 clarification meetings registration deadline - 14th July 2025 - 17:00 • 1 - 1 clarification meetings (TEAMS) - w/c 21st July 2025 • Clarification deadline - 8th August 2025 - 23:59 • 1st stage tender return deadline - 28th August 2025 - 12:00 • Interview & presentation (TEAMS) - if required w/c 22nd September 2025 • Notification of 1st stage decisions - 29th September 2025 • Negotiation meetings (TEAMS) - 6th - 17th October 2025 • Invitation to submit 2nd stage best & final tenders - 3rd November 2025 • 2nd stage best & final tender return deadline - 5th December 2025 - 12:00 • Interview & presentation (TEAMS) - if required - w/c 15th December 2025 • Notification of award decision & issue of assessment summaries - 2nd February 2026 • Contract Award Notice issued on FTS - 2nd February 2026 • Statutory 8 working day standstill period - 3rd - 12th February 2026 • Contract award - 13th February 2026 • Commencement of contract interim phase - 1st April 2026 • Commencement of contract main phase - Late 2027 / Early 2028 PROCUREMENT ADMINISTRATION The Council is utilising its e-sender tool ProContract to manage this procurement which can be accessed using the following link: https://procontract.due-north.com/Login

Katy Reed

Published 3 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete