Tender

Dacorum Borough Council Responsive Repairs, Cyclical Maintenance and General Build Services

  • Dacorum Borough Council

F02: Contract notice

Notice identifier: 2025/S 000-000741

Procurement identifier (OCID): ocds-h6vhtk-04cecb

Published 9 January 2025, 5:08pm



Section one: Contracting authority

one.1) Name and addresses

Dacorum Borough Council

The Forum, Marlowes, Hemel Hempstead, Hertfordshire, HP1 1DN

Hemel Hempstead

Email

procurementaltair@altairltd.co.uk

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.dacorum.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Additional information can be obtained from the above-mentioned address

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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dacorum Borough Council Responsive Repairs, Cyclical Maintenance and General Build Services

Reference number

CPU00545

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This Council is seeking a single Service Provider to provide Responsive Repairs, Cyclical Maintenance, General Build Services and a Customer Services Centre as outlined below: General and specialist repairs Preventative maintenance Void services Capital / Planned works Fire Safety works minor works Groundworks Minor estate improvements Social Housing Development Fund Disabled Funding Grants (DFGs) separate to Disabled Adaptations Garage refurbishment Customer Services Centre (core and out of hours) The Council is undertaking a two-stage competitive tendering process using the Restricted Procedure to select its Preferred Potential Supplier. The procurement exercise will be conducted in accordance with "Regulations", advertised on "Find a Tender", Contracts Finder and Supply Hertfordshire. The duration of the Contract will be 5 years. Where appropriate, and subject to agreement, the Contract may be extended for a further 5 years to a maximum of 10 years with no further o

two.1.5) Estimated total value

Value excluding VAT: £457,454,308.8

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
  • 45421140 - Installation of metal joinery except doors and windows
  • 45421130 - Installation of doors and windows
  • 79512000 - Call centre
  • 71318000 - Advisory and consultative engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45261410 - Roof insulation work
  • 45210000 - Building construction work
  • 45321000 - Thermal insulation work
  • 71240000 - Architectural, engineering and planning services
  • 45261900 - Roof repair and maintenance work
  • 45320000 - Insulation work
  • 71251000 - Architectural and building-surveying services
  • 45220000 - Engineering works and construction works
  • 45421132 - Installation of windows
  • 71320000 - Engineering design services
  • 71420000 - Landscape architectural services
  • 45421100 - Installation of doors and windows and related components
  • 34928200 - Fences
  • 71220000 - Architectural design services
  • 71250000 - Architectural, engineering and surveying services
  • 45421000 - Joinery work

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

This Council is seeking a single Service Provider to provide Responsive Repairs, Cyclical Maintenance, General Build Services and a Customer Services Centre as outlined below: General and specialist repairs Preventative maintenance Void services Capital / Planned works Fire Safety works minor works Groundworks Minor estate improvements Social Housing Development Fund Disabled Funding Grants (DFGs) separate to Disabled Adaptations Garage refurbishment Customer Services Centre (core and out of hours) The Council is undertaking a two-stage competitive tendering process using the Restricted Procedure to select its Preferred Potential Supplier. The procurement exercise will be conducted in accordance with "Regulations", advertised on "Find a Tender", Contracts Finder and Supply Hertfordshire. The duration of the Contract will be 5 years. Where appropriate, and subject to agreement, the Contract may be extended for a further 5 years to a maximum of 10 years with no further option to extend. The contract’s estimated value for the full term (5-year initial term + 5 year-extension) is between £395,454,308.80 to £457,454,308.80. Please be aware that the estimated values above are not guaranteed and may differ/change throughout the term of the contract. These figures are based on anticipated spend. However, the Council is expecting efficiencies throughout the whole term of the contract. All documents can be obtained through Supply Hertfordshire In-Tend - https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

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: £457,454,308.8

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2026

End date

30 June 2031

This contract is subject to renewal

Yes

Description of renewals

5 years + 5 years

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

As set out in the Procurement Documents.

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.2.2) 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

17 March 2025

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

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Public Procurement Review Service, Cabinet Office, London, UK

London

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As above