Torus62 Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Repairs, Maintenance and Associated Services Framework |
Notice type: | Contract Notice |
Authority: | Torus62 Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The predominant type of activity under this framework will be to deliver a responsive and planned property repairs, investment and management service to Torus property assets, in Northwest region of the UK and surrounding areas, currently set at approx. 38,000 homes, which may increase during the life of the framework. |
Published: | 25/02/2022 13:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Torus62Ltd
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Tel. +44 8006781894, Email: carol.rabone@torus.co.uk
Contact: Carol Rabone
Main Address: www.torus.co.uk
NUTS Code: UKD
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: https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Repair-and-maintenance-services./XA429H4P58
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
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: Repairs, Maintenance and Associated Services Framework
Reference Number: TOR0166
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The predominant type of activity under this framework will be to deliver a responsive and planned property repairs, investment and management service to Torus property assets, in Northwest region of the UK and surrounding areas, currently set at approx. 38,000 homes, which may increase during the life of the framework.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
44212310 - Scaffolding.
42512300 - HVAC packages.
44100000 - Construction materials and associated items.
44111000 - Building materials.
44211000 - Prefabricated buildings.
44211100 - Modular and portable buildings.
45000000 - Construction work.
45211000 - Construction work for multi-dwelling buildings and individual houses.
45311000 - Electrical wiring and fitting work.
45313000 - Lift and escalator installation work.
45315300 - Electricity supply installations.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45343000 - Fire-prevention installation works.
45350000 - Mechanical installations.
45400000 - Building completion work.
45421000 - Joinery work.
45430000 - Floor and wall covering work.
45440000 - Painting and glazing work.
45450000 - Other building completion work.
50531200 - Gas appliance maintenance services.
50700000 - Repair and maintenance services of building installations.
50800000 - Miscellaneous repair and maintenance services.
51000000 - Installation services (except software).
77300000 - Horticultural services.
90000000 - Sewage-, refuse-, cleaning-, and environmental services.
92222000 - Closed circuit television services.
90900000 - Cleaning and sanitation services.
77211500 - Tree-maintenance services.
42515000 - District heating boiler.
44480000 - Miscellaneous fire-protection equipment.
45100000 - Site preparation work.
45200000 - Works for complete or part construction and civil engineering work.
45300000 - Building installation work.
45310000 - Electrical installation work.
45312000 - Alarm system and antenna installation work.
45312100 - Fire-alarm system installation work.
45312310 - Lightning-protection works.
45312330 - Radio aerial installation work.
45313100 - Lift installation work.
45313200 - Escalator installation work.
45313210 - Travelator installation work.
45317000 - Other electrical installation work.
45331210 - Ventilation installation work.
45343100 - Fireproofing work.
45343200 - Firefighting equipment installation work.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
45343230 - Sprinkler systems installation work.
45351000 - Mechanical engineering installation works.
45410000 - Plastering work.
45421100 - Installation of doors and windows and related components.
45421150 - Non-metal joinery installation work.
45421151 - Installation of fitted kitchens.
45421160 - Ironmongery work.
45431000 - Tiling work.
45432000 - Floor-laying and covering, wall-covering and wallpapering work.
45432112 - Laying of paving.
45441000 - Glazing work.
45442000 - Application work of protective coatings.
45442100 - Painting work.
45442121 - Painting work of structures.
45442180 - Repainting work.
45443000 - Facade work.
45452000 - Exterior cleaning work for buildings.
45454100 - Restoration work.
50531000 - Repair and maintenance services for non-electrical machinery.
50531100 - Repair and maintenance services of boilers.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50711000 - Repair and maintenance services of electrical building installations.
50712000 - Repair and maintenance services of mechanical building installations.
50720000 - Repair and maintenance services of central heating.
50721000 - Commissioning of heating installations.
50750000 - Lift-maintenance services.
51100000 - Installation services of electrical and mechanical equipment.
51310000 - Installation services of radio, television, sound and video equipment.
51700000 - Installation services of fire protection equipment.
51810000 - Installation services of tanks.
77211300 - Tree-clearing services.
77211400 - Tree-cutting services.
77310000 - Planting and maintenance services of green areas.
77313000 - Parks maintenance services.
77314000 - Grounds maintenance services.
77340000 - Tree pruning and hedge trimming.
45232420 - Sewage work.
45232421 - Sewage treatment works.
90410000 - Sewage removal services.
90420000 - Sewage treatment services.
90430000 - Sewage disposal services.
90440000 - Treatment services of cesspools.
90450000 - Treatment services of septic tanks.
90620000 - Snow-clearing services.
90640000 - Gully cleaning and emptying services.
90650000 - Asbestos removal services.
90690000 - Graffiti removal services.
90700000 - Environmental services.
90910000 - Cleaning services.
90922000 - Pest-control services.
92224000 - Digital Television.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: The predominant type of activity under this framework will be to deliver a responsive and planned property repairs, investment and management service to Torus property assets, in Northwest region of the UK and surrounding areas, currently set at approx. 38,000 homes, which may increase during the life of the framework.
•The primary workstreams to be delivered through this framework are: -
•Responsive Repairs on a 24/7, 365 days a year basis
•Void Repairs;
•Legislative Compliance and Servicing; such as gas servicing and responsive repairs and electrical testing with associated servicing repairs
•Cyclical Maintenance;
•Estate Services (including ground maintenance, trees and communal cleaning);
•Investment Work;
•Facilities Management (Hard FM)
Torus proposes to enter into a Framework Agreement with five top ranked Service Providers for a period of four years.
Presently, the areas that will be covered are Liverpool, St Helens, Warrington, Cheshire East and West, Chester, Wirral, Knowsley, Sefton, West Lancashire and Wigan properties, however in the future this could expand with new developments, acquisitions or the possibility of another housing association joining the group therefore the supplier may be asked to carry out works outside of these areas but still within the Northwest region and surrounding areas.
Torus is carrying out this procurement on behalf of itself as principle and as parent company of the Torus Group, however the framework will also be accessible to the wider Torus Group, and any other registered providers of social housing located within the North West, West Midlands, East Midlands, Yorkshire and Humber and Wales.
The NUTs code for North West England has been selected but could expand into neighbouring areas.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XA429H4P58
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:
Not Provided
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
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: No
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: 29/03/2022 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/04/2022
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Repair-and-maintenance-services./XA429H4P58
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XA429H4P58
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/02/2022
Annex A