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
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
gavin.wolstenhulme@southeastconsortium.org.uk
Telephone
+44 2080360004
Country
United Kingdom