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
Telephone
+44 1954713378
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
Telephone
+44 1954713378
Country
United Kingdom