Opportunity

Waverley Borough Council Repairs, Aids and Adaptations, Void Refurbishment Contract

  • Waverley Borough Council

F02: Contract notice

Notice reference: 2021/S 000-000635

Published 13 January 2021, 10:10am



Section one: Contracting authority

one.1) Name and addresses

Waverley Borough Council

The Burys

Godalming

GU7 1HR

Contact

Procurement

Email

procurement@effefftee.co.uk

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

Email

procurement@effefftee.co.uk

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