Opportunity

South Cambridgeshire District Council - Repairs, Maintenance and Asset Services

  • South Cambridgeshire District Council

F02: Contract notice

Notice reference: 2021/S 000-016332

Published 13 July 2021, 12:02pm



Section one: Contracting authority

one.1) Name and addresses

South Cambridgeshire District Council

South Cambridgeshire Hall, Cambourne Business Park

Cambourne

CB23 6EA

Contact

Mr Sean Missin

Email

sean.missin@scambs.gov.uk

Telephone

+44 1954713378

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.scambs.gov.uk

Buyer's address

https://www.scambs.gov.uk

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=30c27d3a-bc88-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=30c27d3a-bc88-eb11-810c-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

South Cambridgeshire District Council - Repairs, Maintenance and Asset Services

Reference number

DN533707

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Outline of Contract Works and Services

SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS.

This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams:

CORE – including all of the following work areas:

• Call handling and repairs reporting, to include weekday ‘core times’ and an emergency out of hours service.

• Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments.

• Repairs, major repairs and upgrades to void properties.

• The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types.

• Planned responsive repairs.

ADDITIONAL OPTIONAL – including some, or all, of the following work areas:

• Cyclical redecorations in accordance with an agreed annual programme.

• Non-core additional works relating to the above work types, such as aids and adaptations.

• Cyclical inspections and works.

• Planned works, including renewing/upgrading of internal and external building components, elements and systems.

• Stock condition surveys (format to be agreed)

The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing:

• ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all ‘end to end’ processes related to the CORE and ADDITIONAL workstreams.

• Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement.

The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months’ prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract.

The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money.

For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545

Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).

two.1.5) Estimated total value

Value excluding VAT: £111,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Outline of Contract Works and Services

SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS.

This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams:

CORE – including all of the following work areas:

• Call handling and repairs reporting, to include weekday ‘core times’ and an emergency out of hours service.

• Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments.

• Repairs, major repairs and upgrades to void properties.

• The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types.

• Planned responsive repairs.

ADDITIONAL OPTIONAL – including some, or all, of the following work areas:

• Cyclical redecorations in accordance with an agreed annual programme.

• Non-core additional works relating to the above work types, such as aids and adaptations.

• Cyclical inspections and works.

• Planned works, including renewing/upgrading of internal and external building components, elements and systems.

• Stock condition surveys (format to be agreed)

The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing:

• ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all ‘end to end’ processes related to the CORE and ADDITIONAL workstreams.

• Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement.

The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months’ prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract.

The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money.

For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545

Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).

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

Yes

Description of renewals

The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months’ prior written notice.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months’ prior written notice.

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

Restricted 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 000-005787

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

Date

12 August 2021

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 September 2021

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: Yes

Estimated timing for further notices to be published: In approximately 5 years to 15 years dependent on whether options are exercised.

six.4) Procedures for review

six.4.1) Review body

South Cambridgshire District Council

Cambourne Business Park

Cambourne

CB23 6EA

Email

sean.missin@scambs.gov.uk

Telephone

+44 1954713378

Country

United Kingdom