Scope
Reference
WDC22344
Description
Warwick District Council is procuring a new contract for responsive repairs and void maintenance via a competitive flexible procedure. The contract is responsive repairs reported by customers, repairs to void properties, in addition to other work streams identified in the scope of the contract. The aim is Improving services for repairs, voids, HHSRS, Damp and Mould, and Compliance are all part of the action plan agreed with the Regulator and are reflected in the term brief
It is, therefore, essential for WDC to:
• Ensure it can meet the Regulator for Social Housing's Consumer Standards
• Ensure contracts deliver a customer-focused, efficient, and effective service
• Fully comply with all statutory and compliance requirements relating to Building Safety
• Provide an effective service to address Legal Disrepair claims and Housing Health and Safety Rating System Hazards
• Put in place effective services to deal with Awaab's Law
• Appoint suitable contractors with experience and expertise in social housing repairs and maintenance to provide an effective value-for-money service to WDC
• Ensure its contracting arrangements are fit for the future and allow innovation to be optimised
Key objectives for this contract are:
• Mobilisation is achieved on time and to the specified requirements
• Ensure WDC can meet the Regulator for Social Housing's Consumer Standards for repairing and maintaining its housing stock
• Ensure that the new contract delivers customer-focused, efficient, and effective repairs, maintenance, and voids maintenance service
• Customer Satisfaction is met to an agreed standard
• Ensure this arrangement assists the Council to fully comply with all statutory and compliance requirements relating to Building Safety
• Provides a dedicated, targeted, and effective service to address Legal Disrepair claims and Housing Health and Safety Rating System Hazards
• Provides a highly effective service to deal with Damp and Mould cases in line with Awaab's Law
• Ensure the arrangement is fit for the future and allows innovation to be optimised
• Ensuring the contracted specification is delivered to the required standards
• Void repairs are not marginalised
• All workstreams are delivered within the agreed timescales specified in the Term Brief
• Ensure comprehensive documentation and record keeping and provide key evidence to demonstrate compliance to the regulator
Contract value is approximately £110 million (including extensions and future workstreams). Contract length is 15 years (5+5+5).
Total value (estimated)
- £110,000,000 excluding VAT
- £132,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 1 April 2031
- Possible extension to 31 March 2041
- 15 years
Description of possible extension:
5 years plus 5 years. First period ending 31/03/2036, second extension period ending 31/03/2041
Main procurement category
Works
CPV classifications
- 45300000 - Building installation work
- 45210000 - Building construction work
Contract locations
- UKG13 - Warwickshire
Submission
Enquiry deadline
22 May 2025, 1:00pm
Submission type
Tenders
Tender submission deadline
3 June 2025, 1:00pm
Submission address and any special instructions
submit PSQ responses to www.csw-jets.co.uk
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 October 2025
Award criteria
Name | Description | Type |
---|---|---|
Simple description | As per ITT documents: Quality 50% Price 40% Corporate Social Responsibility (CSR) 10% |
Price |
Weighting description
As per ITT documents:
Quality 50%
Price 40%
Corporate Social Responsibility (CSR) 10%
Other information
Payment terms
As per ITT documents.
Description of risks to contract performance
As per ITT documents
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Council has adopted a 2-stage Competitive Flexible Procedure. This means that only selected suppliers that have been successful within the Selection Stage of the 2-stage process will be invited to tender and be evaluated. The Council may choose to also utilise negotiation phases following the submission of an initial tender return. Further information on the exact number and timings of these negotiations will be supplied following initial tender returns
Documents
Documents to be provided after the tender notice
PSQ and draft ITT pack provided at first stage. On completion of the first stage an updated finalised ITT pack will be issued to shortlisted tenderers. All documents will be issued via the Electronic tendering portal, www.csw-jets.co.uk
Contracting authority
Warwick District Council
- Public Procurement Organisation Number: PTRT-4122-VWQG
Town Hall, Parade
Leamington Spa
CV32 4AT
United Kingdom
Contact name: Jonathan Huxley
Email: procurement.purchasing@warwickdc.gov.uk
Website: http://www.warwickdc.gov.uk
Region: UKG13 - Warwickshire
Organisation type: Public authority - sub-central government