Opportunity

SEC Responsive Repairs, Voids, Planned Works DPS

  • South East Consortium

F02: Contract notice

Notice reference: 2021/S 000-016181

Published 12 July 2021, 10:15am



Section one: Contracting authority

one.1) Name and addresses

South East Consortium

Building 800, Guillat Avenue, Kent Science Park

Sittingbourne

ME9 8GU

Contact

Mr Gavin Wolstenhulme

Email

secrepairsdps@optivo.org.uk

Telephone

+44 2080362477

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.southeastconsortium.org.uk

Buyer's address

https://www.southeastconsortium.org.uk

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://procontract.due-north.com/Advert/Index?advertId=aa21a2e2-d2d4-eb11-810c-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=aa21a2e2-d2d4-eb11-810c-005056b64545

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

SEC Responsive Repairs, Voids, Planned Works DPS

Reference number

DN552600

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This Responsive repairs, Voids and Planned Maintenance DPS is being procured to allow our customers to procure these types of works according to their specific needs. Our aim is make this DPS as flexible as possible for both our customers or clients and suppliers alike and to provide a fair competition for call offs for the different work streams.

The setup of this DPS will allow for responsive works, void works and planned works at a variety of different levels, to allow both smaller Customers and Suppliers to benefit from works procured from the DPS. The aim is to allow a variety of works for different size projects.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Lot 1 - Responsive Repairs

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover numerous repairs required by our Clients, for works they require to their properties, which are of a responsive nature. Suppliers in these lots may specialise in various work streams such as:

• Scaffolding

• Excavation and Earthwork

• Demolition

• Fencing

• Drainage above and below ground

• Concrete work

• Masonry work

• Roofing

• Woodwork

• Metalwork

• Finishing works (Plastering, rendering, flooring, carpeting)

• Painting and Decorating

• Cleaning and Clearance

• Glazing

• Plumbing and Heating

• Electrical Installations

• TV aerials

• Door Entry systems

• General Property Maintenance

• General Builders

• Fire Doors

• Fire Alarms

• Security

• CCTV

• Warden Call

The above list is not exhaustive and we welcome Suppliers from all different work streams to join the DPS. We also welcome Suppliers that can offer more than one type of service.

Our Clients will advise of their requirements and the location(s) of the works when they wish to conduct a ‘mini competition’ and it is at this stage we will contact you to give you the opportunity to bid for the work. Additional checks will be conducted by SEC and the client at this stage to make sure Suppliers at suitable for the work required.

Our Clients may only wish to have individual work items completed on an adhoc basis, or they may wish to enter into a formal contract covering their requirements over a specified timescale. We are aiming to provide as much flexibility for both Suppliers and Clients alike by operating in this way. Where a formal contract is required to cover a period of time, we will provide this information at ‘mini competition’ stage.

It is anticipated that for this type of work, our Clients will provide their requirements along with a specification and a methodology for how they want the work priced. It is common nature that our Clients will utilise the National Housing Federation (NHF) Schedule of Rates to specify their work requirements. However, they may have their own bespoke Schedule of Rates for which they wish to specify and price the work. Alternatively they may have another method for specifying and pricing. This will only be determined at ‘mini competition’ stage and we will ensure you are provided with the relevant information to price the work.

Our Clients may wish to ask for additional information at ‘mini competition’ stage such as references, accreditations or some form of quality assessment, but this will only be determined by the Client at this stage.

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

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

Lot 2 - Voids

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lots will cover works required to empty properties by our Clients. Voids are usually time sensitive as the Client will want to get the property re-let to minimise loss of rental income. The Client will usually specify the work and advise of a timescale for which they need the work completed. They may require a specific work stream item to be completed, or request several types of work, dependent on their requirements.

Suppliers in these lots may specialise in various work streams such as:

• Scaffolding

• Excavation and Earthwork

• Demolition

• Fencing

• Drainage above and below ground

• Concrete work

• Masonry work

• Roofing

• Woodwork

• Metalwork

• Finishing works (Plastering, rendering, flooring, carpeting)

• Painting and Decorating

• Cleaning and Clearance

• Glazing

• Plumbing and Heating

• Electrical Installations

• General Property Maintenance

• General Builders

• Fire Alarms

• Security

• Fire Doors

• CCTV

• Warden Call

The above list is not exhaustive and we welcome Suppliers from all different work streams to join the DPS. We also welcome Suppliers that can offer more than one type of service.

Our Clients will advise of their requirements and the location(s) of the work when they wish to conduct a ‘mini competition’ and it is at this stage we will contact you to give you the opportunity to bid for the work. Additional checks will be conducted by SEC and the client at this stage to make sure Suppliers at suitable for the work required.

Our Clients may only wish to have individual work items completed on an adhoc basis, or they may wish to enter into a formal contract covering their requirements over a specified timescale. We are aiming to provide as much flexibility for both Suppliers and Clients alike by operating in this way. Where a formal contract is required to cover a period of time, we will provide this information at ‘mini competition’ stage.

It is anticipated that for this type of work, our Clients will provide their requirements along with a specification and a methodology for how they want the work priced. It is common nature for Voids that our Clients will utilise the National Housing Federation (NHF) Schedule of Rates to specify their work requirements. However, they may have their own bespoke Schedule of Rates for which they wish to specify and price the work. Alternatively they may have another method for specifying and pricing. This will only be determined at ‘mini competition’ stage and we will ensure you are provided with the relevant information to price the work.

Our Clients may wish to ask for additional information at ‘mini competition’ stage such as references, accreditations or some form of quality assessment, but this will only be determined by the Client at this stage.

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

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

Lot 3 - Planned Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will cover planned capital works required to properties owned by our Clients. The work items will usually cover complete renewals of property elements as outlined below. These may be individual element renewals or a various number of properties which require the same work stream.

Our Clients may only wish to have individual work items completed on an adhoc basis, or they may wish to enter into a formal contract covering their requirements over a specified timescale. We are aiming to provide as much flexibility for both Suppliers and Clients alike by operating in this way. Where a formal contract is required to cover a period of time, we will provide this information at ‘mini competition’ stage.

Anticipated works to be carried out within this lot are:

• Property Refurbishments

• Kitchens and Bathrooms

• Electrical testing and Rewires

• Fencing and gates

• Renewal of drainage installations

• Concrete repair works

• Masonry and stone works

• Roofing both flat and pitched

• Internal and external Decorations and repairs

• Windows and Door replacements

• Finishing works (Plastering, rendering, flooring, carpeting)

• Cleaning and Clearance

• Plumbing and Heating

• TV aerials

• Door Entry systems

• Scaffolding

• CCTV servicing and installations

• Passive Fire protection

• Warden Call

The above list is not exhaustive and we welcome Suppliers from all different work streams to join the DPS. We also welcome Suppliers that can offer more than one type of service.

Our Clients will advise of their requirements and the location(s) of the when they wish to conduct a ‘mini competition’ and it is at this stage we will contact you to give you the opportunity to bid for the work. Additional checks will be conducted by SEC and the client at this stage to make sure Suppliers at suitable for the work required.

It is anticipated that for this type of work, our Clients will provide their requirements along with a specification and a methodology for how they want the work priced. It is common nature for planned works that our Clients will utilise the National Housing Federation (NHF) Schedule of Rates to specify their work requirements. However, they may have their own bespoke Schedule of Rates for which they wish to specify and price the work. Alternatively they may have another method for specifying and pricing. This will only be determined at ‘mini competition’ stage and we will ensure you are provided with the relevant information to price the work.

Our Clients may wish to ask for additional information at ‘mini competition’ stage such as references, accreditations or some form of quality assessment, but this will only be determined by the Client at this stage.

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

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

Lot 4 - Multi Disciplinary

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The multidisciplinary lot is aimed to allow our clients to call off different types of work, all under one agreement. This may include any combination of responsive works, voids or planned works which have been described previously. It is envisaged any call offs via a ‘mini competition’ under this lot will be longer term arrangements with a specified timescale. These are likely to be formulated via a contract which will provide certainty for both parties in terms of operating procedures.

Clients may decide to again use the NHF schedule of Rates for specifying and costing the works, or they may have their own bespoke specification and pricing methodology for the work. This will only be determined at ‘mini competition’ stage and SEC will make sure you have all of the information required at this stage for you to decide if you wish to bid for the work.

Our Clients will advise of their requirements and the location(s) of the when they wish to conduct a ‘mini competition’ and it is at this stage we will contact you to give you the opportunity to bid for the work. Additional checks will be conducted by SEC and the client at this stage to make sure Suppliers at suitable for the work required.

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

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

To be defined at individual call off stage.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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

16 August 2021

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.3) Additional information

SEC DPS may be accessed by all publicly funded organisations — access is not limited to SEC Members alone.

South East Consortium DPS can be used by any organisation that fall in to 1 or more of the categories listed below and can be identified through the links provided as users in accordance with Regulation 33(5) of the Public Contracts Regulations 2015.

For further information please refer to South East Consortium's website https://www.southeastconsortium.org.uk/who-can-use-our-frameworks

There will be a virtual Bidders Day on the 23rd July 2021 between 9:00 - 10:30, for suppliers to find out more information about the DPS. If you would like to attend, please register using the link below:

https://events.r20.constantcontact.com/register/eventReg?oeidk=a07ei7g29bqeb2fedcd&oseq=&c=&ch

Note: To register your interest in this notice and obtain any additional information please visit the XXXXXXXXXX

six.4) Procedures for review

six.4.1) Review body

South East Consortium

Building 800, Guillat Avenue, Kent Science Park

Sittingbourne

ME9 8GU

Email

gavin.wolstenhulme@southeastconsortium.org.uk

Telephone

+44 2080360004

Country

United Kingdom