Opportunity

Building Maintenance & Refurbishment Services Framework

  • Central & Cecil Housing Trust

F02: Contract notice

Notice reference: 2021/S 000-007869

Published 15 April 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Central & Cecil Housing Trust

266 Waterloo Road

London

SE1 8RQ

Email

info@procurepublic.co.uk

Telephone

+44 2079225300

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.procurepublic.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42904

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://workdrive.zohoexternal.com/external/avt5CvtMKBA-N03is

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building Maintenance & Refurbishment Services Framework

Reference number

PP14144

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

ProcurePublic seeks to establish a Building Maintenance & Refurbishment Services Framework, covering the following workstreams

Lot 1 - Building Refurbishment Services (Unification of the lots)

Lot 2 - Internal & External Decoration / repairs

Lot 3 - Pitched and Flat Roofing

Lot 4 - Kitchen & bathrooms

Lot 5 - Windows and Doors

Lot 6 - Garage Doors

Lot 7 - Fire Safety Maintenance & Installations

The framework will be open to all public sector organisations as listed within the Office of National Statistics, classification guide.

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

two.1.5) Estimated total value

Value excluding VAT: £95,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Internal & External Decoration / repairs

Lot No

2

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Designed to encompass the provision of repairs and cyclical decoration works to internal or external structures identified by the client. Works are likely to include, but not be limited to:

The repair of various elements of the external envelope of the building identified including brickwork, rendering, re‐pointing, damp proof courses, coping stones, concrete surfaces, balustrading, timbers, guttering/rainwater pipes, cladding, small roofing repairs and the like

The upgrade/renewal of cavity wall insulation

The cyclical redecoration of previously painted external and communal areas (including anti‐graffiti paint, fire precaution works, etc)

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.2.10) 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) Description

two.2.1) Title

Building Refurbishment Services (Unification of all lots)

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45260000 - Roof works and other special trade construction works
  • 39141400 - Fitted kitchens
  • 39141000 - Kitchen furniture and equipment
  • 45421151 - Installation of fitted kitchens
  • 44221000 - Windows, doors and related items
  • 45451000 - Decoration work
  • 31625100 - Fire-detection systems
  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Designed for large planned programme improvements or repair services. This lot allows for clients to call-offs a major refurbishment project or individual requirements. Works could include, but are not limited to:

Major programme refurbishment works

Building Fabric works

Kitchen and bathroom refurbishment works

New windows, doors, garage doors, fascias/soffits, porches, external cladding, guttering and rainwater pipes

Pitched roofing repairs/replacement

Roofing repairs/replacement

Electricals

Fire safety

External repairs and Cyclical Redecorations.

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.2.10) 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) Description

two.2.1) Title

Pitched and Flat Roofing

Lot No

3

two.2.2) Additional CPV code(s)

  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the provision for the replacement or repair of existing pitched or flat roof coverings, roof structures, guttering/rainwater pipes, fascia’s / soffits, dormer windows where identified. Works are likely to include, but not be limited to:

The removal of the existing roof covering, roof timbers, roof structure, gutters/rainwater pipes, fascias/soffits & dormer windows (including coverings, battens, structural timbers, insulation, fixtures/fittings and the like) from site of all debris and the disposal of in the correct manner

The removal of any materials of asbestos content under controlled conditions and in accordance with all current legislation

Carrying out any structural alterations to allow for the installation of the new covering/roof structure, etc.

The supply and installation of new roof coverings (covering type as per the client’s requirements and specification), roof structures, timbers (structural and non‐structural), roof insulation, gutters/rainwater pipes, fascias/soffits, dormer windows and like (including all tiles/slates, flashings, valleys, repairs to existing timbers, brickwork repairs, chimney repairs, copping repairs/replacements, fire break barriers/walls, works to lightning protection systems, fixtures & fittings, making good of decorations and the like)

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.2.10) 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) Description

two.2.1) Title

Kitchens and Bathrooms

Lot No

4

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Designed to cover the repair, maintenance or supply and installation of kitchens, bathrooms, wet rooms, W.C.’s and electrics, where identified. Works are likely to include, but not be limited to:

The stripping out of the existing kitchen / bathroom / wetroom / W.C. (including all existing fixtures, fittings, tiles, floor coverings and the like)

The removal of any materials of asbestos content under controlled conditions and in accordance with all current legislation

Carrying out any structural alterations to allow for the installation of the new kitchen or bathroom to occur

The removal from site of all debris and the disposal of in the correct manner

The supply and installation of new kitchens / bathrooms / wetrooms / wc’s (including all new units, sanitary ware, tiling, floor coverings, pipework amendments, electrical alterations, ventilation works, fixtures & fittings, decoration works and the like)

Test and certify the works upon completion.

Occupational Therapy requirements and to comply with part M of the Building Regulations.

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.2.10) 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) Description

two.2.1) Title

Windows and Doors

Lot No

5

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the repair or replacement of (UPVC, Timber, Aluminium) windows, (UPVC, Timber, Composite) doors, fire doors, guttering, fascia’s, soffits, porches and external cladding where identified. Works are likely to include, but not be limited to:

The removal of the existing windows, doors, fascia’s / soffits, porches and cladding (including all frames, secondary glazing, fixtures / fittings and the like)

The removal of any materials of asbestos content under controlled conditions and in accordance with all current legislation

Carrying out any structural alterations to allow for the installation of the new units

The removal from site of all debris and the disposal of in the correct manner

The supply and installation of new uPVC windows (casements, sashes, etc), doors, fascia’s / soffits, porches and external cladding (including all new units, repairs to window / door surrounds, uPVC covering trims, spyholes, door chains, window / door locks, electrical alterations if necessary, ventilation works, fixtures & fittings, making good of decorations and the like)

Provide FENSA Certificates, Guarantees and any other certification required on completion of the works.

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.2.10) 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) Description

two.2.1) Title

Garage Doors

Lot No

6

two.2.2) Additional CPV code(s)

  • 44221240 - Garage doors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot covers the provision for the repair or replacement of existing Garage Doors. Works are likely to include, but

The removal of the existing doors, fascia’s (including all frames, secondary glazing, fixtures / fittings and the like)

The removal of any materials of asbestos content under controlled conditions and in accordance with all current legislation

Carrying out any structural alterations to allow for the installation of the new Doors

The removal from site of all debris and the disposal of in the correct manner

The supply and installation of new Garage Doors

Provide Certificates, Guarantees and any other certification required on completion of the works.

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.2.10) 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) Description

two.2.1) Title

Fire Safety Maintenance & Installations

Lot No

7

two.2.2) Additional CPV code(s)

  • 24951210 - Fire-extinguisher powder
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35111300 - Fire extinguishers
  • 35111400 - Fire escape equipment
  • 35111500 - Fire suppression system
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 44482000 - Fire-protection devices
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 51700000 - Installation services of fire protection equipment
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Covering planned and reactive maintenance for Fire Safety Equipment, alarms and emergency lighting systems. Works are likely to include, but not be limited to:

Fire alarm Services

Emergency Lighting Services

Fire fighting equipment

Automatic Opening Vents

Suppression Systems such as sprinklers.

Dry Risers

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.2.10) 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

Open 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

Envisaged maximum number of participants to the framework agreement: 15

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: 2020/S 235-581477

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

Date

30 April 2021

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

30 April 2021

Local time

12:30pm


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=222573.

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:222573)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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