Section one: Contracting authority
one.1) Name and addresses
BIRMINGHAM CITY COUNCIL
Council House, Victoria Square
BIRMINGHAM
B1 1BB
Contact
Commercial & Procurement Services
Country
United Kingdom
Region code
UKG31 - Birmingham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
www.in-tendhost.co.uk/birminghamcc
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.in-tendhost.co.uk/birminghamcc
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.in-tendhost.co.uk/birminghamcc
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Responsive Repairs and Maintenance Services and Planned Programme and Investment Works to Council Housing Stock
Reference number
P2247
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Birmingham City Council is seeking to appoint four Contractors (one for each geographical Lot) for the provision of Responsive Repair & Maintenance Services, Planned Programme and Investment Work relating to the Council's housing stock.
The contract will be for a period of 10 years with the option to extend for one further period of five years.
The Council will be using the TAC-1 standard form of contract, which will contain a no-fault break clause provision. Pricing will be based on a 'price per' approach (PPP/ PPV/ PPGH), with a limited set of exclusions, a basket rates for planned works.
two.1.5) Estimated total value
Value excluding VAT: £2,984,425,425
two.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: 1
two.2) Description
two.2.1) Title
Lot 1: East
Lot No
1
two.2.2) Additional CPV code(s)
- 09332000 - Solar installation
- 45400000 - Building completion work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 50530000 - Repair and maintenance services of machinery
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50850000 - Repair and maintenance services of furniture
- 51100000 - Installation services of electrical and mechanical equipment
- 51510000 - Installation services of general-purpose machinery and equipment
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation.
The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.
The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.
Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £618,997,320
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The option to extend for one further period of five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2: North
Lot No
2
two.2.2) Additional CPV code(s)
- 09332000 - Solar installation
- 45400000 - Building completion work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 50530000 - Repair and maintenance services of machinery
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50850000 - Repair and maintenance services of furniture
- 51100000 - Installation services of electrical and mechanical equipment
- 51510000 - Installation services of general-purpose machinery and equipment
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation.
The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.
The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.
Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £451,388,280
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The option to extend for one further period of five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 3: South
Lot No
3
two.2.2) Additional CPV code(s)
- 09332000 - Solar installation
- 45400000 - Building completion work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 50530000 - Repair and maintenance services of machinery
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50850000 - Repair and maintenance services of furniture
- 51100000 - Installation services of electrical and mechanical equipment
- 51510000 - Installation services of general-purpose machinery and equipment
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation.
The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.
The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.
Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,307,191,260
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The option to extend for one further period of five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 4: West Central
Lot No
4
two.2.2) Additional CPV code(s)
- 09332000 - Solar installation
- 45400000 - Building completion work
- 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
- 50530000 - Repair and maintenance services of machinery
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50850000 - Repair and maintenance services of furniture
- 51100000 - Installation services of electrical and mechanical equipment
- 51510000 - Installation services of general-purpose machinery and equipment
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation.
The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.
The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.
Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £606,848,565
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The option to extend for one further period of five years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-037054
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom