Cross Keys Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Responsive repairs, gas repairs and servicing, void repairs and planned maintenance programme |
Notice type: | Contract Notice |
Authority: | Cross Keys Homes |
Nature of contract: | Works |
Procedure: | Competitive Dialogue |
Short Description: | The provision of day-to-day responsive repairs, void repairs, gas servicing and repairs, various statutory compliance services including electrical installation testing and remedial works, water testing, lift maintenance and fire equipment maintenance; grounds maintenance and a programme of planned capital investment works to the housing stock. The works and services comprising the proposed Procurement are set out in more detail at Section II.2.4 of this Notice and are further described in the CPV Codes at section II.2.2 and the Descriptive Document available from the website shown at Section I.3 |
Published: | 30/09/2024 13:52 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Cross Keys Homes Ltd
Shrewsbury Avenue, Peterborough, PE2 7BZ, United Kingdom
Tel. +44 1733385000, Email: stuart.fort@crosskeyshomes.co.uk
Contact: Stuart Fort
Main Address: https://www.crosskeyshomes.co.uk
NUTS Code: UK
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-Peterborough:-Overhaul-and-refurbishment-work./M5332A3M7J
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Responsive repairs, gas repairs and servicing, void repairs and planned maintenance programme
Reference Number: R&MC1
II.1.2) Main CPV Code:
45453000 - Overhaul and refurbishment work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The provision of day-to-day responsive repairs, void repairs, gas servicing and repairs, various statutory compliance services including electrical installation testing and remedial works, water testing, lift maintenance and fire equipment maintenance; grounds maintenance and a programme of planned capital investment works to the housing stock. The works and services comprising the proposed Procurement are set out in more detail at Section II.2.4 of this Notice and are further described in the CPV Codes at section II.2.2 and the Descriptive Document available from the website shown at Section I.3
II.1.5) Estimated total value:
Value excluding VAT: 410,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45453100 - Refurbishment work.
77314000 - Grounds maintenance services.
45453000 - Overhaul and refurbishment work.
50700000 - Repair and maintenance services of building installations.
45232141 - Heating works.
50720000 - Repair and maintenance services of central heating.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45210000 - Building construction work.
50000000 - Repair and maintenance services.
45300000 - Building installation work.
39141400 - Fitted kitchens.
45211310 - Bathrooms construction work.
45330000 - Plumbing and sanitary works.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The Contracting Authority is seeking expressions of interest from suitably qualified and experienced Providers to enter into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together the 'Term Programme') to various of its residential housing stock comprising approximately 13,800 properties of which approximately 1,050 are leasehold. The Contracting Authority intends to enter into a Term Alliance Contract, TAC-1 2016 for an initial period of five years, extendable in two further five year terns to a maximum term of fifteen years.
The Works include the following workstreams:
i)A 24/7/365 day to day responsive repairs and maintenance service including electrical installation repairs and repairs to void (empty) properties.
ii)A 3 Star gas servicing and repairs service for domestic and communal boilers.
iii)A programme of domestic electrical installation testing and subsequent remedial works, including Portable and Fixed Appliance Testing to dwellings and communal areas.
iv)Planned testing and maintenance to communal and emergency lighting installations.
v)Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility.
vi)Repairs and maintenance to 14 No. domestic passenger lifts.
vii)A programme for conducting risk assessments, water testing and treatment for the prevention of Legionella.
viii)Planned preventative maintenance, testing and repairs to various items of firefighting equipment and detection systems.
ix)A programme of scheduled grass cutting, garden and grounds maintenance to selected sites.
x)A programme of pre-paint repairs and cyclical decorations.
xi)A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring; roofs, windows and doors, rainwater goods, measures to reduce carbon emissions from the housing stock and improve thermal efficiency, and various fire safety remedial works
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: 410,000,000
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: The contract will have an initial term of five (5) years, extendable at the Authority’s sole discretion for a further five (5) years, and again at the discretion of both parties for a third, five (5) year term, giving a total possible term of fifteen (15) 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M5332A3M7J
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
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
The Contracting Authority anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006, will apply to the transfer of personnel from the incumbent contractor under this procurement. The contracting authority'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: 2024/S 000 - 001360
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/11/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/01/2025
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 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 No
Electronic payment will be used No
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-Peterborough:-Overhaul-and-refurbishment-work./M5332A3M7J
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M5332A3M7J
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC1A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC1A 2LL, 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 will conduct itself 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: 30/09/2024
Annex A