Tender

St Anne's Community Services Repairs & Maintenance Panel

  • St Anne's Community Services Ltd

F02: Contract notice

Notice identifier: 2024/S 000-016500

Procurement identifier (OCID): ocds-h6vhtk-046b74

Published 24 May 2024, 3:30pm



Section one: Contracting authority

one.1) Name and addresses

St Anne's Community Services Ltd

UNIT 5 FOUNTAIN COURT, 12 BRUNTCLIFFE WAY

LEEDS

LS27 0JG

Contact

Chris Cuthell

Email

tenders@tectum.org.uk

Telephone

+44 7519946807

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

English Regulator of Social Housing

H3158

Internet address(es)

Main address

https://st-annes.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/respond/6Q6D36FNFM

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/respond/6Q6D36FNFM

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

St Anne's Community Services Repairs & Maintenance Panel

Reference number

TEC- SACS-RRM/2405

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

As a Registered Provider of Social Housing St Anne's owns and/or manages both individual dwellings and HMO's across Yorkshire & The Humber.

Our homes require responsive repairs & maintenance and safety compliance works on a regular basis.

Due to the nature, geography and modest work volumes, it does not make commercial sense for St Anne's to appoint a single supplier. Instead, the intention is to appoint a Panel of contractors who can be issued individual work orders on the basis of suitability and availability.

Appointment to the Panel does not confer any guarantee of either minimum value or volume of work to be awarded.

To access the full tender on the Delta e-Sourcing portal please follow this link: https://www.delta-esourcing.com/respond/6Q6D36FNFM

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

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

Plumbing

Lot No

1

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The provision of responsive plumbing services.

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

Start date

16 July 2024

End date

15 July 2030

This contract is subject to renewal

Yes

Description of renewals

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2) Description

two.2.1) Title

Electrical Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The provision of responsive electrical repair and installation services.

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

Start date

16 July 2024

End date

15 July 2030

This contract is subject to renewal

Yes

Description of renewals

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2) Description

two.2.1) Title

Gas Maintenance & Repairs

Lot No

3

two.2.2) Additional CPV code(s)

  • 45333000 - Gas-fitting installation work

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The provision of responsive Gas repair and maintenance services.

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

Start date

16 July 2024

End date

15 July 2030

This contract is subject to renewal

Yes

Description of renewals

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2) Description

two.2.1) Title

General Responsive Repairs & Maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The provision of General Responsive Repairs & Maintenance services.

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

Start date

16 July 2024

End date

15 July 2030

This contract is subject to renewal

Yes

Description of renewals

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The maximum permitted contract length is 6 years, however the contract is constructed as a 2 year term with 2 optional extensions, each of 2 years.


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


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: No

four.2) Administrative information

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

Date

28 June 2024

Local time

11:55pm

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: 2 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2024

Local time

9:30am

Information about authorised persons and opening procedure

Delta Tenderbox opened via MS Teams (fully recorded) with One Tectum Officer and One St Anne's Officer present.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

HM High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom