Brentwood Borough Council : Brentwood Borough Council Strategic Asset Management Contract Reference Number: ech 821

  Brentwood Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Brentwood Borough Council Strategic Asset Management Contract Reference Number: ech 821
Notice type: Contract Notice
Authority: Brentwood Borough Council
Nature of contract: Works
Procedure: Competitive Dialogue
Short Description: Brentwood Borough Council is seeking expressions of interest from suitably experienced and qualified suppliers for the provision of repairs, void and planned works plus gas serving and breakdown works to its housing and wider asset portfolio. This will be a TPC 2005 (as amended) Contract for an initial period of 10 years with the option to extend by up to further 5 years.
Published: 13/04/2018 16:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Brentwood: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Brentwood Borough Council
             Town Hall,, Ingrave Road,, Brentwood, CM15 8AY, United Kingdom
             Tel. +44 1277312583, Email: jane.mitchell@brentwood.gov.uk
             Contact: Jane Mitchell
             Main Address: www.brentwood.gov.uk
             NUTS Code: UKH3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Brentwood:-Repair-and-maintenance-services./E7TJ832M66
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Brentwood Borough Council Strategic Asset Management Contract Reference Number: ech 821       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Brentwood Borough Council is seeking expressions of interest from suitably experienced and qualified suppliers for the provision of repairs, void and planned works plus gas serving and breakdown works to its housing and wider asset portfolio. This will be a TPC 2005 (as amended) Contract for an initial period of 10 years with the option to extend by up to further 5 years.       
      II.1.5) Estimated total value:
      Value excluding VAT: 79,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50700000 - Repair and maintenance services of building installations.
      50800000 - Miscellaneous repair and maintenance services.
      45421151 - Installation of fitted kitchens.
      45421130 - Installation of doors and windows.
      45320000 - Insulation work.
      45311000 - Electrical wiring and fitting work.
      45261210 - Roof-covering work.
      45261900 - Roof repair and maintenance work.
      45421100 - Installation of doors and windows and related components.
      45451000 - Decoration work.
      45000000 - Construction work.
      45100000 - Site preparation work.
      45210000 - Building construction work.
      45211000 - Construction work for multi-dwelling buildings and individual houses.
      45211100 - Construction work for houses.
      45211200 - Sheltered housing construction work.
      45211300 - Houses construction work.
      45211310 - Bathrooms construction work.
      45211320 - Porches construction work.
      45211340 - Multi-dwelling buildings construction work.
      45211341 - Flats construction work.
      45211350 - Multi-functional buildings construction work.
      45212100 - Construction work of leisure facilities.
      45260000 - Roof works and other special trade construction works.
      45261000 - Erection and related works of roof frames and coverings.
      45261200 - Roof-covering and roof-painting work.
      45261211 - Roof-tiling work.
      45261212 - Roof-slating work.
      45261310 - Flashing work.
      45261320 - Guttering work.
      45261410 - Roof insulation work.
      45261420 - Waterproofing work.
      45262100 - Scaffolding work.
      45262700 - Building alteration work.
      45262800 - Building extension work.
      45262690 - Refurbishment of run-down buildings.
      45300000 - Building installation work.
      45310000 - Electrical installation work.
      45330000 - Plumbing and sanitary works.
      45340000 - Fencing, railing and safety equipment installation work.
      45350000 - Mechanical installations.
      45400000 - Building completion work.
      45410000 - Plastering work.
      45420000 - Joinery and carpentry installation work.
      45430000 - Floor and wall covering work.
      45440000 - Painting and glazing work.
      45450000 - Other building completion work.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50720000 - Repair and maintenance services of central heating.
      50721000 - Commissioning of heating installations.
      45232141 - Heating works.
      45331000 - Heating, ventilation and air-conditioning installation work.
      45331100 - Central-heating installation work.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Brentwood Borough Council will be following a three-stage Competitive Dialogue procurement process in accordance with PCR2015 Regulations to appoint a new Service Provider to deliver responsive repairs, void, planned and cyclical works to its housing and wider asset portfolio across the Brentwood borough. Responsive Repairs will be delivered under a 'Price Per Property' model, void works under a 'Price Per Void' model and planned/cyclical works using a blend of archetype pricing, schedule of rates and quotations system. Gas servicing and breakdown works will be completed under a 3* model. This will be a TPC 2005 (as amended) Contract for an initial period of 10 years, with the option to extend by up to a further 5years.
Initial expressions of interest via the completed Selection Questionnaire will be evaluated by the Council and an anticipated number of 6 bidders Invited to Submit Detailed Solutions. Following evaluation of the initial solutions submitted, the Council anticipates inviting 3 tenderers to participate in Competitive Dialogue following which tenderers will be Invited to Submit Final Tenders.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 79,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 180       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: As set out in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This contract will run for an initial duration of 10 years, with the option to extend it by up to a further 5 years.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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 set out in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      As set out in the procurement documents.
Additionally, under the Contract, the Service Provider and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.
Brentwood Borough Council anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006, will apply to the transfer of personnel from the incumbent contractor and/or contracting authority under this procurement. Brentwood Borough Council's detailed requirements will be set out in the Contract 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: Yes    

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/05/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/06/2018       
      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 month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award a Contract. The Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this Contract. Brentwood Borough Council will be providing an opportunity for all interested suppliers to attend a briefing session. Details are provided in the SQ. The purpose of this briefing will be to provide an introduction to Brentwood Borough Council as well as an overview of the procurement process and the objectives of the procurement exercise. There will also be an opportunity to raise queries.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Brentwood:-Repair-and-maintenance-services./E7TJ832M66

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E7TJ832M66
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court England and Wales
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court England and Wales
          Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Precise information on deadline(s) for review procedures:
Brentwood Borough Council will observe a stand still 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 lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 13/04/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Brentwood: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Brentwood Borough Council
       Town Hall,, Ingrave Road,, Brentwood, CM15 8AY, United Kingdom
       Tel. +44 1277312583, Email: jane.mitchell@brentwood.gov.uk
       Contact: Jane Mitchell
       Main Address: www.brentwood.gov.uk
       NUTS Code: UKH3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Brentwood Borough Council Strategic Asset Management Contract Reference Number: ech 821            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: WORKS

      II.1.4) Short description: Brentwood Borough Council is seeking expressions of interest from suitably experienced and qualified suppliers for the provision of repairs, void and planned works plus gas serving and breakdown works to its housing and wider asset portfolio. This will be a TPC 2005 (as amended) Contract for an initial period of 10 years with the option to extend by up to further 5 years.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 79,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            50700000 - Repair and maintenance services of building installations.
            50800000 - Miscellaneous repair and maintenance services.
            45421151 - Installation of fitted kitchens.
            45421130 - Installation of doors and windows.
            45320000 - Insulation work.
            45311000 - Electrical wiring and fitting work.
            45261210 - Roof-covering work.
            45261900 - Roof repair and maintenance work.
            45421100 - Installation of doors and windows and related components.
            45451000 - Decoration work.
            45000000 - Construction work.
            45100000 - Site preparation work.
            45210000 - Building construction work.
            45211000 - Construction work for multi-dwelling buildings and individual houses.
            45211100 - Construction work for houses.
            45211200 - Sheltered housing construction work.
            45211300 - Houses construction work.
            45211310 - Bathrooms construction work.
            45211320 - Porches construction work.
            45211340 - Multi-dwelling buildings construction work.
            45211341 - Flats construction work.
            45211350 - Multi-functional buildings construction work.
            45212100 - Construction work of leisure facilities.
            45260000 - Roof works and other special trade construction works.
            45261000 - Erection and related works of roof frames and coverings.
            45261200 - Roof-covering and roof-painting work.
            45261211 - Roof-tiling work.
            45261212 - Roof-slating work.
            45261310 - Flashing work.
            45261320 - Guttering work.
            45261410 - Roof insulation work.
            45261420 - Waterproofing work.
            45262100 - Scaffolding work.
            45262700 - Building alteration work.
            45262800 - Building extension work.
            45262690 - Refurbishment of run-down buildings.
            45300000 - Building installation work.
            45310000 - Electrical installation work.
            45330000 - Plumbing and sanitary works.
            45340000 - Fencing, railing and safety equipment installation work.
            45350000 - Mechanical installations.
            45400000 - Building completion work.
            45410000 - Plastering work.
            45420000 - Joinery and carpentry installation work.
            45430000 - Floor and wall covering work.
            45440000 - Painting and glazing work.
            45450000 - Other building completion work.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50720000 - Repair and maintenance services of central heating.
            50721000 - Commissioning of heating installations.
            45232141 - Heating works.
            45331000 - Heating, ventilation and air-conditioning installation work.
            45331100 - Central-heating installation work.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: Brentwood Borough Council will be following a three-stage Competitive Dialogue procurement process in accordance with PCR2015 Regulations to appoint a new Service Provider to deliver responsive repairs, void, planned and cyclical works to its housing and wider asset portfolio across the Brentwood borough. Responsive Repairs will be delivered under a 'Price Per Property' model, void works under a 'Price Per Void' model and planned/cyclical works using a blend of archetype pricing, schedule of rates and quotations system. Gas servicing and breakdown works will be completed under a 3* model. This will be a TPC 2005 (as amended) Contract for an initial period of 10 years, with the option to extend by up to a further 5years.
Initial expressions of interest via the completed Selection Questionnaire will be evaluated by the Council and an anticipated number of 6 bidders Invited to Submit Detailed Solutions. Following evaluation of the initial solutions submitted, the Council anticipates inviting 3 tenderers to participate in Competitive Dialogue following which tenderers will be Invited to Submit Final Tenders.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This contract will run for an initial duration of 10 years, with the option to extend it by up to a further 5 years.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive Dialogue


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/03/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AXIS Europe plc
             145 - 149 Vauxhall Street, London, SE11 5RH, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 79,500,000          
         Total value of the contract/lot: 79,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 25/03/2019

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AXIS Europe plc
             145 - 149 Vauxhall Street, London, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 79,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=386131619

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:
Brentwood Borough Council will observe a stand still 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, United Kingdom

   VI.5) Date of dispatch of this notice: 31/03/2019