Section one: Contracting authority
one.1) Name and addresses
Waverley Borough Council
The Burys
Godalming
GU7 1HR
Contact
Procurement
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
http://www.waverley.gov.uk/site
Buyer's address
https://www.sesharedservices.org.uk/esourcing/opportunities
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendorganiser.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendorganiser.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Waverley Borough Council Repairs, Aids and Adaptations, Void Refurbishment Contract
Reference number
WAV - 032018
two.1.2) Main CPV code
- 45453000 - Overhaul and refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
The works will include Responsive Repairs, Aids and Adaptations and Void Refurbishment Works to approximately 5,000 properties owned and managed by WBC.It is intended that the contract will commence in March 2022, and subject to reviews, run for a period of five years with the option for renewal, as decided by WBC, for a further five years. The maximum duration of the contract is ten years. The total contract value included in this notice therefore reflects the maximum term, which is not guaranteed and subject to extension by WBC.The annual estimated value of the contract is £3,150,000.00 per annum (excluding VAT), segregated as follows:Responsive Repairs: £ 2,060,000.00Aids and Adaptations: £ 250,000.00Void Refurbishment: £ 840,000.00The contract value is indicative based on previous years and and no minimum volume or value of work is guaranteed.In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
two.1.5) Estimated total value
Value excluding VAT: £31,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 45453000 - Overhaul and refurbishment work
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
Waverley Borough Council (WBC) invites Expressions of Interest in relation to the delivery of Responsive Repairs, Aids and Adaptations and Void Refurbishment to approximately 5,000 properties. The annual estimated value of the contract is £3,150,000.00 (excluding VAT) per annum, segregated as follows:Responsive Repairs: £ 2,060,000.00Aids and Adaptations: £ 250,000.00Void Refurbishment: £ 840,000.00The contract value is indicative based on previous years, and no minimum volume or value of work is guaranteed.
two.2.5) Award criteria
Quality criterion - Name: Technical Assessment / Weighting: 60
Cost criterion - Name: Price Submission / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £31,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will commence in March 2022, and subject to reviews, run for a period of five years with the option for renewal, as decided by WBC, for an extension of up to a further five years. The maximum duration of the contract is therefore ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Waverley Borough Council wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the first stage of the procurement will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Submit an Initial Tender. See the procurement documentation for full details.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the PAS and Initial Tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the PAS and Initial Tender documentation for all relevant information.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2031
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
six.4) Procedures for review
six.4.1) Review body
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
ORPINGTON
BR6 0JA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
LONDON
W2 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
Godalming
SW1A 2AS
Country
United Kingdom