Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2, High Street,
Kingston upon Thames
KT1 1EU
Contact
Commissioning Manager - Construction & Property Category
Telephone
+44 2085475000
Country
United Kingdom
Region code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
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
Housing Repairs, Maintenance and Capital Works Programme
Reference number
DN673647
two.1.2) Main CPV code
- 45453000 - Overhaul and refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
Following the completed procurement, contract awarded to Breyer Group Plc. The contract is for the provision of repairs and maintenance services, void property refurbishments, gas servicing and repairs, electrical testing and remedial works and various programmes of planned component replacement works to Council's social housing stock.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £165,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 24962000 - Water-treatment chemicals
- 33196000 - Medical aids
- 35121700 - Alarm systems
- 39141000 - Kitchen furniture and equipment
- 39144000 - Bathroom furniture
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 77314000 - Grounds maintenance services
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
Main site or place of performance
The contract is to be delivered within Royal Borough Kingston Upon Thames.
two.2.4) Description of the procurement
The Royal Borough of Kingston (the 'Authority') is entering into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together referred to as the 'Works') to various of its residential housing stock comprising approximately 6,500 properties (of which approximately 1,500 are leasehold). The Authority is entering into the Term Alliance Contract (TAC-1 2016 as amended) for an initial period of four years and six months, extendable at the Authority's sole discretion for a further five years to a maximum term of ten years, plus a 12 month latent defect period. The Works will awarded in Orders for each Financial Year within the Authority’s available budgets. The annual value of the Works are expected to be approximately £16.3m based on historic spend levels but they will be subject to change based on the outcome of future stock condition surveys, available funding, and the Authority’s strategic investment decisions.
The Works include the following workstreams:
i) A 24/7 365 day to day responsive repairs and maintenance service including electrical repairs and void (empty) property repairs and refurbishment.
ii) A 3 star gas servicing and repairs service for domestic and communal boilers.
iii) Operation and management of the Repairs Contact Centre.
iv) A programme of domestic electrical installation testing and subsequent remedial works to dwellings and communal areas.
v) Planned testing and maintenance to communal and emergency lighting installations.
vi) Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility.
vii) Planned preventative maintenance to booster pump sets.
viii) A programme of pre-paint repairs and cyclical decorations.
viiii) A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring, roofs, windows and doors, rainwater goods and measures to reduce carbon emissions from the housing stock and improve thermal efficiency.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion - Name: Quality / Weighting: 50 / Weighting: 50
Quality criterion - Name: Quality criterion - Name: Social Value / Weighting: 10 / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The proposed duration of contract consists of an initial period of 4 years, 6 months with an option to extend the Term for a further 5 years to a maximum term of 10 years plus 12 months latent defect period.
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.2.14) Additional information
The Authority wishes to support people who are unemployed and small medium enterprises to ensure that there is a specific capacity to deliver the Works it requires and to promote sustainability through its procurement. Therefore, as indicated in the Contract Notice, this contains community benefit clauses as allowed within Regulation 67 and 70 of the Public Contract Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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: 2023/S 000-021867
Section five. Award of contract
Contract No
DN673647
Title
Housing Repairs, Maintenance and Capital Works Programme
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 May 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Breyer Group Plc
65 Faringdon Avenue
Harold Hill, Romford, Essex
RM3 8ST
Telephone
+44 1708383517
Country
United Kingdom
NUTS code
- UKI53 - Redbridge and Waltham Forest
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £165,000,000
Total value of the contract/lot: £165,000,000
Section six. Complementary information
six.3) Additional information
Following the satisfactory conclusion of the standstill period in accordance with PCR 2015 and leaseholder consultation, contract award confirmed to Breyer Group Plc.
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kingston upon Thames
Guildhall 2, High Street
Kingston upon Thames
KT1 1EU
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will conduct itself in accordance with the Public Contracts Regulations 2015. The information and requirements for any review is set out in the Public Contracts Regulations 2015 (as amended) and the Authority will conduct itself in relation to any review in accordance with those Regulations.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London,
SW1A 2AS
Country
United Kingdom