Tender

T1-7265 Thanet District Council Repairs, Voids, Planned and Compliance Works and SHDF Carbon Works

  • Thanet District Council

F02: Contract notice

Notice identifier: 2024/S 000-007130

Procurement identifier (OCID): ocds-h6vhtk-0429c4

Published 6 March 2024, 8:42am



The closing date and time has been changed to:

17 April 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Thanet District Council

Cecil St

Margate

CT9 1AY

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.thanet.gov.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

one.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from another address:

Faithorn Farrell Timms

Central Court, 1 Knoll Rise, Orpington

Kent

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UKJ44 - East Kent

Internet address(es)

Main address

https://www.effefftee.co.uk

Buyer's address

https://www.mytenders.co.uk/

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

T1-7265 Thanet District Council Repairs, Voids, Planned and Compliance Works and SHDF Carbon Works

two.1.2) Main CPV code

  • 45453100 - Refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The works will include the delivery of Responsive Repairs, Void Refurbishment Works, Planned Refurbishment Works and Compliance Servicing and Associated Repairs and Installs to properties managed by Thanet District Council. In addition, Thanet District Council will require carbon funded and net zero works to be undertaken. The value of these works is subject to successful finding bids and is therefore in no way guaranteed.

two.1.5) Estimated total value

Value excluding VAT: £135,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Responsive Repairs, Void Refurbishment Works, Planned Works and Compliance Works Contract

Lot No

1

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
Main site or place of performance

Properties owned and managed by Thanet District Council in East Kent.

two.2.4) Description of the procurement

The delivery of a responsive repairs, voids refurbishment work, planned refurbishment works and compliance servicing and associated repairs and installs contract. With A PPP and PPV model for repairs and voids, basket rates and NHF Version 8.0 for planned works and bespoke schedules for compliance workstreams.

The contract will be delivered by a single provider across all stock.

The contract term is likely to be 10 years plus 5.

The contract will commence on 1 April 2025.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £105,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence on 1 April 2025, and subject to annual reviews, run for a period of ten years with the option for renewal, as decided by TDC, for an extension of up to a further five years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore 15 years.

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available in response to Part 3 - Q6.

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

The indicative value has been calculated across the maximum term of the Contract and excludes VAT.

two.2) Description

two.2.1) Title

SHDF Carbon Works and Funding

Lot No

2

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
Main site or place of performance

Properties owned and managed by Thanet District Council in East Kent.

two.2.4) Description of the procurement

Thanet District Council will require carbon funded and net zero works to be undertaken. The value of these works is subject to successful finding bids and is therefore in no way guaranteed. The successful Contractor will be responsible for the bid submissions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

180

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence on 1 April 2025, and subject to annual reviews, run for a period of ten years with the option for renewal, as decided by TDC, for an extension of up to a further five years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore 15 years.

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available in response to Part 3 - Q6.

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

The indicative value is reflective of the maximum term and is excluding VAT. The indicative value is subject successful bids, future waves of funding and HRA budgeted spend and is therefore not guaranteed and may vary each year.


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 detailed within 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-037911

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

4 April 2024

Local time

12:00pm

Changed to:

Date

17 April 2024

Local time

12:00pm

See the change notice.

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

30 April 2024

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.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231427.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231427)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

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 will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom