Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Robert.Pine@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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
Tenders or requests to participate must be submitted to the above-mentioned 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
City of London Housing Responsive Repairs Maintenance and Voids Service
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the City) is undertaking a Restricted Procedure for the provision of Housing Responsive Repairs, Maintenance and Voids Service.
This restricted tender process covers three individual lots:
Lot 1 – Housing Revenue Account Housing Estates – The Repair and Maintenance of London Social Housing stock including voids is managed by the City of London Housing Property Services Team including Property Services Officers, supported by the Repair Service Desk (call centre for Housing), and estate-based Estate Management Staff.
Lot 2 – Barbican Housing Estate – The repair and maintenance of Barbican Estate including voids is managed by the City of London Housing Property Services Team including Property Services Officers and Garchey Engineers, supported by the Repair Service Desk (call centre for Barbican).
Lot 3 – Barbican Housing Estate and Golden Lane Estate– The structural waterproofing repair and maintenance (including roof repairs, drainage, design and expansion joints, and cleaning regime of roofs and balconies) is managed by the City of London Housing Property Services Team including Property Services Officers and Garchey Engineers, supported by the Repair Service Desk (call centre for Barbican).
The Roofing Contractor will be required to be either an Approved Sika or Bauder contractor and to have their accreditation in place for the full term of the contract. The rational for the requirement is that the City of London needs to be assured that the Roofing Contractor in place for the duration of the contract meets the required standards in terms of quality, workmanship and guarantees. This is a Pass/Fail requirement and is detailed in the Lot 3 tender documents and Section 5 (Evaluation of the SQ).
The duration and maximum length of each of the contracts are five years.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
HRA – Responsive Repairs Maintenance and Voids Service
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Housing Revenue Account Housing Estates – The Repair and Maintenance of London Social Housing stock including voids is managed by the City of London Housing Property Services Team including Property Services Officers, supported by the Repair Service Desk (call centre for Housing), and estate-based Estate Management Staff.
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: £8,840,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Barbican Estate – Responsive Repairs Maintenance and Voids Service
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Barbican Estate
two.2.4) Description of the procurement
Barbican Housing Estate – The repair and maintenance of Barbican Estate including voids is managed by the City of London Housing Property Services Team including Property Services Officers and Garchey Engineers, supported by the Repair Service Desk (call centre for Barbican).
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: £5,470,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Barbican Estate and Golden Lane Estate – Structural Waterproofing Repairs and Maintenance Service
Lot No
3
two.2.2) Additional CPV code(s)
- 45261420 - Waterproofing work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Barbican Estate
two.2.4) Description of the procurement
Barbican Housing Estate and Golden Lane Estate– The structural waterproofing repair and maintenance (including roof repairs, drainage, design and expansion joints, and cleaning regime of roofs and balconies) is managed by the City of London Housing Property Services Team including Property Services Officers and Garchey Engineers, supported by the Repair Service Desk (call centre for Barbican).
The Roofing Contractor will be required to be either an Approved Sika or Bauder contractor and to have their accreditation in place for the full term of the contract. The rational for the requirement is that the City of London needs to be assured that the Roofing Contractor in place for the duration of the contract meets the required standards in terms of quality, workmanship and guarantees. This is a Pass/Fail requirement and is detailed in the Lot 3 tender documents and Section 5 (Evaluation of the SQ).
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: £4,070,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
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
26 July 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 August 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.4) is for the full duration of the contract. The estimated annual contract value for Lot 1 is therefore £8,840,000, Lot 2 is £5,470,000 & Lot 3 £4,070,000
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
See VI.4.1) Review body field of this contract award notice
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom