Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mrs Siobhan Paterson
siobhan.patterson@leicester.gov.uk
Telephone
+44 1164542158
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=054d2252-2427-ef11-812c-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=054d2252-2427-ef11-812c-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
PAN3048 - Emergency Repairs Call Handling Service
Reference number
DN706800
two.1.2) Main CPV code
- 70000000 - Real estate services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council invites Tenders for the provision of Emergency Repairs Call Handling Service.
This is a competitive procurement conducted in accordance with Regulation 27 the ‘Open Procedure’ under the Public Contracts Regulations 2015.
The tender documents can be accessed at the following:
https://procontract.due-north.com/Advert/Index?advertId=054d2252-2427-ef11-812c-005056b64545
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
The Housing Division within Leicester City Council manages just over 19,500 properties and we are the largest landlord in the City. These properties are a mix of houses, bedsits, bungalows, flats, maisonettes and sheltered accommodation.
Each year, we complete approximately 130,000 responsive repairs during normal working hours, and those repairs are carried out by around 300 craft operatives.
Outside of normal working hours, we provide an emergency repairs service to our tenants, who can report emergency repairs via a published emergency repairs telephone line.
Most of these repairs are carried out by our own staff, a small number of whom participate on an emergency repairs rota, but we also use a small number of contractors for more specialist repairs.
The services required are the handling of all of the Authority’s Housing Divisions emergency repairs calls received on the tenant’s emergency repairs telephone number. The Service Provider will be required to identify genuine emergency calls, log an emergency repair job on the Authority’s IT system, and issue the job to an Emergency Repair Operative using the Authority’s work scheduling system, following the required operational procedures.
Average annual call volumes are 18,000 calls received with 9,600 calls requiring an emergency repairs job to be raised and issued to an operative.
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years. We anticipate awarding to a single Service Provider.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2024
End date
30 November 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further two years (1+1) subject to performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 July 2024
Local time
12:00pm
Changed to:
Date
11 July 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 June 2024
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (Kings Bench Division) (Branch of High Court of Justice)
Priory Courts, 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom