Contract

Housing Repairs, Maintenance and Capital Works Programme

  • The Royal Borough of Kingston upon Thames

F03: Contract award notice

Notice identifier: 2024/S 000-016953

Procurement identifier (OCID): ocds-h6vhtk-03eaf4

Published 30 May 2024, 9:16pm



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

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

Region code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

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

Email

dmoseley@breyergroup.com

Telephone

+44 1708383517

Country

United Kingdom

NUTS code
  • UKI53 - Redbridge and Waltham Forest
Internet address

www.breyergroup.co.uk

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

Email

commissioning@kingston.gov.uk

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