Opportunity

Repairs, Maintenance and Associated Services Framework

  • Torus62Ltd

F02: Contract notice

Notice reference: 2022/S 000-005307

Published 25 February 2022, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

Torus62Ltd

Helena Central, 4 Corporation Street

St Helens

WA9 1LD

Contact

Carol Rabone

Email

carol.rabone@torus.co.uk

Telephone

+44 8006781894

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.torus.co.uk

one.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-St-Helens:-Repair-and-maintenance-services./XA429H4P58

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

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Repairs, Maintenance and Associated Services Framework

Reference number

TOR0166

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The predominant type of activity under this framework will be to deliver a responsive and planned property repairs, investment and management service to Torus property assets, in Northwest region of the UK and surrounding areas, currently set at approx. 38,000 homes, which may increase during the life of the framework.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44212310 - Scaffolding
  • 42512300 - HVAC packages
  • 44100000 - Construction materials and associated items
  • 44111000 - Building materials
  • 44211000 - Prefabricated buildings
  • 44211100 - Modular and portable buildings
  • 45000000 - Construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45311000 - Electrical wiring and fitting work
  • 45313000 - Lift and escalator installation work
  • 45315300 - Electricity supply installations
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45421000 - Joinery work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 50531200 - Gas appliance maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 77300000 - Horticultural services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 92222000 - Closed circuit television services
  • 90900000 - Cleaning and sanitation services
  • 77211500 - Tree-maintenance services
  • 42515000 - District heating boiler
  • 44480000 - Miscellaneous fire-protection equipment
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45312000 - Alarm system and antenna installation work
  • 45312100 - Fire-alarm system installation work
  • 45312310 - Lightning-protection works
  • 45312330 - Radio aerial installation work
  • 45313100 - Lift installation work
  • 45313200 - Escalator installation work
  • 45313210 - Travelator installation work
  • 45317000 - Other electrical installation work
  • 45331210 - Ventilation installation work
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 45343230 - Sprinkler systems installation work
  • 45351000 - Mechanical engineering installation works
  • 45410000 - Plastering work
  • 45421100 - Installation of doors and windows and related components
  • 45421150 - Non-metal joinery installation work
  • 45421151 - Installation of fitted kitchens
  • 45421160 - Ironmongery work
  • 45431000 - Tiling work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45432112 - Laying of paving
  • 45441000 - Glazing work
  • 45442000 - Application work of protective coatings
  • 45442100 - Painting work
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 45443000 - Facade work
  • 45452000 - Exterior cleaning work for buildings
  • 45454100 - Restoration work
  • 50531000 - Repair and maintenance services for non-electrical machinery
  • 50531100 - Repair and maintenance services of boilers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 50750000 - Lift-maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51700000 - Installation services of fire protection equipment
  • 51810000 - Installation services of tanks
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77310000 - Planting and maintenance services of green areas
  • 77313000 - Parks maintenance services
  • 77314000 - Grounds maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 45232420 - Sewage work
  • 45232421 - Sewage treatment works
  • 90410000 - Sewage removal services
  • 90420000 - Sewage treatment services
  • 90430000 - Sewage disposal services
  • 90440000 - Treatment services of cesspools
  • 90450000 - Treatment services of septic tanks
  • 90620000 - Snow-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90700000 - Environmental services
  • 90910000 - Cleaning services
  • 90922000 - Pest-control services
  • 92224000 - Digital television

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

NORTH WEST (ENGLAND)

two.2.4) Description of the procurement

The predominant type of activity under this framework will be to deliver a responsive and planned property repairs, investment and management service to Torus property assets, in Northwest region of the UK and surrounding areas, currently set at approx. 38,000 homes, which may increase during the life of the framework.

•The primary workstreams to be delivered through this framework are: -

•Responsive Repairs on a 24/7, 365 days a year basis

•Void Repairs;

•Legislative Compliance and Servicing; such as gas servicing and responsive repairs and electrical testing with associated servicing repairs

•Cyclical Maintenance;

•Estate Services (including ground maintenance, trees and communal cleaning);

•Investment Work;

•Facilities Management (Hard FM)

Torus proposes to enter into a Framework Agreement with five top ranked Service Providers for a period of four years.

Presently, the areas that will be covered are Liverpool, St Helens, Warrington, Cheshire East and West, Chester, Wirral, Knowsley, Sefton, West Lancashire and Wigan properties, however in the future this could expand with new developments, acquisitions or the possibility of another housing association joining the group therefore the supplier may be asked to carry out works outside of these areas but still within the Northwest region and surrounding areas.

Torus is carrying out this procurement on behalf of itself as principle and as parent company of the Torus Group, however the framework will also be accessible to the wider Torus Group, and any other registered providers of social housing located within the North West, West Midlands, East Midlands, Yorkshire and Humber and Wales.

The NUTs code for North West England has been selected but could expand into neighbouring areas.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XA429H4P58


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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

29 March 2022

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 April 2022

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: No

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

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Repair-and-maintenance-services./XA429H4P58

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/XA429H4P58

GO Reference: GO-2022225-PRO-19711489

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom