Tender

Cambridge City Council – Planned Maintenance

  • Cambridge City Council

F02: Contract notice

Notice identifier: 2022/S 000-006666

Procurement identifier (OCID): ocds-h6vhtk-0320a4

Published 11 March 2022, 9:49am



Section one: Contracting authority

one.1) Name and addresses

Cambridge City Council

Cambridge City Council, Guildhall

Cambridge

CB2 3QJ

Contact

Miss Amy Kenny

Email

Amy.Kenny@cambridge.gov.uk

Telephone

+44 7718664779

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambridge.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://procontract.due-north.com/Advert/Index?advertId=9e654191-c843-ec11-810e-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=9e654191-c843-ec11-810e-005056b64545

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

Cambridge City Council – Planned Maintenance

Reference number

DN581841

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Cambridge City Council owns and manages a portfolio of around 7200 houses, over 1090 leases, 1800 garages, administration offices, community centres, other operational buildings, and a mixed portfolio of over 120 commercial properties, many of which are multi let office buildings, industrial units and shops.

The purpose of the service is to maintain Council assets in such condition that they achieve the Council’s objectives. The guiding principles are:

• Maintaining buildings to a standard that compares favourably with that of other providers.

• Ensuring buildings comply with relevant regulatory requirements, including Decent Homes and HHSRS requirements.

• Developing partnering relationship within the supply chain

• Seeking ways to improve value for money and reduce expenditure on responsive maintenance.

The Council has an annual approved programme of planned work for its housing stock and other asset types which are delivered using 2 Planned Maintenance Contracts. The current “Internal Planned Maintenance Contract” period expires in November 2022 and the Council is seeking to replace this service.

The full scope of the services for this contract (Internal Planned Maintenance Contract) includes the inspection, refurbishment, installation, repair or renewal as appropriate of:

• Kitchens, bathrooms, showers

• Internal finishes

• External Wall Insulation

• Central heating/boilers/ASHP/MVHR and renewable energy systems to domestic and non-domestic premises

• Electrical works and services; including solar photovoltaic panels

• Mechanical and electrical installations and servicing including lifts, fire alarm and fire protections systems, air conditioning, emergency call systems, automatic doors, access control systems

• Works to address damp in properties

• Electrical testing

• Disability adaptations and improvements

• Asbestos removal

• Improvement works to internal and external communal areas; including fire protection and balconies

• Structural works and repairs

• Refurbishment projects

• Small new build projects and building extensions

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70331000 - Residential property services
  • 70333000 - Housing services

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

Cambridge City Council owns and manages a portfolio of around 7200 houses, over 1090 leases, 1800 garages, administration offices, community centres, other operational buildings, and a mixed portfolio of over 120 commercial properties, many of which are multi let office buildings, industrial units and shops.

The purpose of the service is to maintain Council assets in such condition that they achieve the Council’s objectives. The guiding principles are:

• Maintaining buildings to a standard that compares favourably with that of other providers.

• Ensuring buildings comply with relevant regulatory requirements, including Decent Homes and HHSRS requirements.

• Developing partnering relationship within the supply chain

• Seeking ways to improve value for money and reduce expenditure on responsive maintenance.

The Council has an annual approved programme of planned work for its housing stock and other asset types which are delivered using 2 Planned Maintenance Contracts. The current “Internal Planned Maintenance Contract” period expires in November 2022 and the Council is seeking to replace this service.

The full scope of the services for this contract (Internal Planned Maintenance Contract) includes the inspection, refurbishment, installation, repair or renewal as appropriate of:

• Kitchens, bathrooms, showers

• Internal finishes

• External Wall Insulation

• Central heating/boilers/ASHP/MVHR and renewable energy systems to domestic and non-domestic premises

• Electrical works and services; including solar photovoltaic panels

• Mechanical and electrical installations and servicing including lifts, fire alarm and fire protections systems, air conditioning, emergency call systems, automatic doors, access control systems

• Works to address damp in properties

• Electrical testing

• Disability adaptations and improvements

• Asbestos removal

• Improvement works to internal and external communal areas; including fire protection and balconies

• Structural works and repairs

• Refurbishment projects

• Small new build projects and building extensions

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

60

This contract is subject to renewal

Yes

Description of renewals

This contract is initially for 5 years with the option to extend up to 8 years (3 x one-year extensions).

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 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

11 April 2022

Local time

12:00pm

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: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom