Section one: Contracting authority
one.1) Name and addresses
Town and Country Housing
Monson House, Monson Way
Tunbridge Wells
TN1 1LQ
Contact
Mathew Baxter
Telephone
+44 1707339800
Country
United Kingdom
NUTS code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39005&B=ECHELON
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39005&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Town and Country Housing - Housing Maintenance Joint Venture
Reference number
Ech 1091
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Town and Country Housing ("TCH") is seeking to procure a Maintenance Agreement and Joint Venture Partner to deliver repairs, maintenance and planned improvement works to its housing stock portfolio. TCH owns circa 10,000 properties dispersed throughout the whole of Kent and parts of East Sussex. The properties are a mixture of tenures consisting of general needs, market rented, leasehold and shared ownership. The Maintenance Agreement will be awarded for an initial period of 12.5 years, with the option to extend until 31st March 2050 at TCH's sole discretion. TCH does not intend to extend the contract by a single extension period of 15 years, but would explore extensions of shorter durations (for example, three periods of extension of five years each) . Although initially centred on the delivery of repairs and voids the contract has the provision to add in multiple additional workstreams and more detail is provided in the Descriptive Document.
two.1.5) Estimated total value
Value excluding VAT: £700,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31518200 - Emergency lighting equipment
- 31527260 - Lighting systems
- 31625000 - Burglar and fire alarms
- 33196200 - Devices for the disabled
- 34928510 - Street-lighting columns
- 44115500 - Sprinkler systems
- 44480000 - Miscellaneous fire-protection equipment
- 45232452 - Drainage works
- 45261210 - Roof-covering work
- 45261211 - Roof-tiling work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 45262660 - Asbestos-removal work
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45330000 - Plumbing and sanitary works
- 45331100 - Central-heating installation work
- 45343100 - Fireproofing work
- 45343230 - Sprinkler systems installation work
- 45350000 - Mechanical installations
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45421112 - Installation of window frames
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
- 45421151 - Installation of fitted kitchens
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 45450000 - Other building completion work
- 45451000 - Decoration work
- 50000000 - Repair and maintenance services
- 50232100 - Street-lighting maintenance services
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50870000 - Repair and maintenance services of playground equipment
- 71317200 - Health and safety services
- 79512000 - Call centre
- 90650000 - Asbestos removal services
- 90922000 - Pest-control services
- 92222000 - Closed circuit television services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
- UKJ2 - Surrey, East and West Sussex
- UK - United Kingdom
Main site or place of performance
Kent
two.2.4) Description of the procurement
Town and Country Housing ("TCH") is seeking to procure a Maintenance Agreement and Joint Venture Partner to deliver repairs, maintenance and planned improvement works to its housing stock portfolio. TCH will adopt a contractual structure whereby TCH and the successful tenderer will enter into a contractual joint venture arrangement and may establish a new JV vehicle (the JV) and deliver the Programme. the proposed model is explained in more detail in the "Contract Structure" section of the Descriptive Document. The value of the core services (i.e. those services included in scope from contract commencement) is circa £5.2 million per annum and the total potential value of the contract with all options included is circa £700m over the whole term (including all possible extensions to 2050). TCH owns circa 10,000 properties dispersed throughout the whole of Kent and parts of East Sussex. The properties are a mixture of tenures consisting of general needs, market rented, leasehold and shared ownership. The Maintenance Agreement will be awarded for an initial period of 12.5 years, with the option to extend until 31st March 2050 at TCH's sole discretion. TCH does not intend to extend the contract by a single extension period of 15 years, but would explore extensions of shorter durations (for example, three periods of extension of five years each) . Although initially centred on the delivery of repairs and voids the contract has the provision to add in multiple additional workstreams including (but not limited to) cyclical maintenance services and planned and major works as set out in the procurement documents. The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ Stage") and associated appendices. Following evaluation of submitted SQs, TCH anticipates inviting six bidders to participate in the second stage of process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist three bidders to participate in Competitive Dialogue ("CD Stage") and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents, and a summary is provided in the Descriptive Document.
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: £700,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
330
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the arrangement will be 12.5 years, extendable by a further 15 years at the client's sole discretion and as set out further in the procurement documents
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
Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the procurement documents.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 September 2021
Local time
12:00pm
Changed to:
Date
6 December 2021
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 October 2021
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: 6 (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
TCH reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. TCH also reserves the right not to award a contract. TCH will not be liable for any costs incurred by those expressing an interest or tendering for this contract.
The contract value is anticipated to be at least £5.2m/annum initially, and at least £150m across the entire optioned contract duration of 27.5 years. This is based on an estimate of the value of repairs and voids services; without allowance for price indexation or stock growth through the new build programme and is set out further in the procurement documents.
In the event that TCH elects to include the additional services referred to in section II.2.4 of this Contract Notice, it is anticipated that the estimated value of the contract will be up to £700m (based on an estimation of the potential value of the additional services which may come into scope and on a worked example of when they may commence including indexation)
TCH is procuring a single Contract in a single Lot to gain the commercial efficiencies of a single contractor and to enable the creation of a Joint Venture Company. The award criteria questions and weightings are provided in the ISDS documentation.
All parties who register an interest in bidding for the contract will be sent a formal invite to a Supplier Briefing event (to be held on MS Teams) via the procurement portal. A copy of the presentation(s) from the event and a summary of any questions/answers from the session will be issued to all bidders via the portal.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom