Section one: Contracting authority
one.1) Name and addresses
Central & Cecil Housing Trust
266 Waterloo Road
London
SE1 8RQ
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
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.
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
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