Section one: Contracting authority
one.1) Name and addresses
The Finchley Charities
41a Wilmot Close
East Finchley
N2 8HP
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://thefinchleycharities.org
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
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main 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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T1-6001-TFC- Responsive Repairs and Voids
Reference number
T1-6001
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The proposed contract is for Responsive Repairs, Empty Homes, Cyclical Decorations, Cleaning and Planned Maintenance Works and Services to properties owned by The Finchley Charities. It is intended that the contract will commence in February 2022, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by TFC, for an extension of up to a further one year and then an additional one year, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore seven years.
two.1.5) Estimated total value
Value excluding VAT: £1,850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45453000 - Overhaul and refurbishment work
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
two.2.4) Description of the procurement
The proposed contract is for Responsive Repairs, Empty Homes, Cyclical Decorations, Cleaning and Planned Maintenance Works and Services to properties owned / managed by The Finchley Charities.
The works required by this contract, can include but are not restricted to:
- Out of hours and emergency responsive repairs,
- Provision of repairs reporting.
- Responsive repairs to rented dwellings including repairs to electrical installations,
- Repairs and refurbishment of vacant dwellings,
- Disabled aids and adaptations, if required
- Cyclical Decorations
- Planned Maintenance works
- Internal Cleaning
- Window Cleaning
- Handyman Services (Repairs and Maintenance Officer)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
The contract will commence in February 2022, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by TFC, for an extension of up to a further one year and then an additional one year, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore seven years.
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 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
Please see tender 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the tender documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 2021/S 000-003984
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 4 years
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
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=222983.
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:222983)
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