Section one: Contracting authority
one.1) Name and addresses
Bracknell Forest Borough Council
Time Square, Market Street
Bracknell
RG12 1JD
Contact
Mr Kevin Ayers
Procurement.Team@Bracknell-Forest.gov.uk
Telephone
+44 1344351471
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
http://www.bracknell-forest.gov.uk
Buyer's address
http://www.bracknell-forest.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Temporary Accommodation Void and Reactive Maintenance Contract
Reference number
DN619287
two.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.1.3) Type of contract
Services
two.1.4) Short description
A specific contractor is required to deliver void property, compliance and Housing reactive repairs service including an out-of-hours call out service, for properties within Bracknell Forests Council’s housing portfolio, covering the Borough of Bracknell Forest (currently 154 properties). Properties range from houses of multiple occupancy, 1 & 2-bedroom flats and 1, 2, 3 and 4 bedroom houses for an initial period of 3 year with the option to extend on an annual basis, subject to performance and cost certainty, for up to a further 2 years.
two.1.5) Estimated total value
Value excluding VAT: £2,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Maintenance of temporary housing within the Bracknell Forest Borough Boundaries.
two.2.4) Description of the procurement
Bracknell Forest Council is seeking to procure and enter into a contract for the completion of reactive repairs and maintenance, void refurbishment and emergency out of hours' maintenance, including health and safety compliance, predominantly but not exclusively, to social housing properties. It will include a number of our Private Sector Leased properties. There are approximately 160 properties within the Housing Temporary Accommodation portfolio, these comprise of Houses of Multiple Occupancy, 1 and 2 bed flats, 1, 2, 3 and 4 bedroom houses. Repairs arise on a day-to-day basis and it’s important to resolve any issues quickly. Due to the vulnerability of some of our tenants the works are often urgent in order to ensure the health and safety of our tenants. All reactive repairs are categorised by emergency, urgent and routine call-outs, making sure the structure of the property is kept in a good condition, all gas and electrical appliances work efficiently and that tenants can continue to live in a safe and comfortable home. Works to include but not limited to compliance testing of all fixed wired appliances and a gas safe certificate is required when they are up for renewal and at the end of each tenancy and prior to new tenants moving in. A void inspection is conducted every time a tenant leaves a property and works are classified in three categories, Minor, Routine and Major. Void works are generally clearing of rubbish left by previous tenant (which can in some cases be considerable), deep cleaning of all surfaces and carpets, some redecoration and works to garden. Void works are required to be completed within a maximum of 15 working days, however often urgent turnarounds are required. Asbestos reports are provided or supplied to ensure awareness of asbestos containing materials within the property. Other general maintenance tasks, landscaping and garden maintenance and other works such as plumbing and roofing works are also often required.
The contractors appointed to the contract will be expected to complete the works to a high standard and will be monitored by specific KPIs and a monthly contracts meeting will be held to ensure the contractor is meeting their obligations under the contract and are performing all tasks satisfactorily. This procurement will be a fundamental contributor to the delivery of high quality works and value for money.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Selection questionnaire including method statements.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
Date
29 July 2022
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic and Financial Standing - The authority will seek more information from independent credit reference agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process and after contract award.
Organisations must register their interest on the South East Business Portal https://sebp.due-north.com in order to receive any changes or notifications issued by the Council during this tender process. The Council will not be held responsible for lack of communication to any organisation which does not register their interest.
Clarification questions must be sent via messaging on the South East Business Portal site.
The Council reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
six.4) Procedures for review
six.4.1) Review body
Bracknell ForestBborough Council
Time Square
Bracknell
RG12 !JD
Country
United Kingdom