Section one: Contracting authority
one.1) Name and addresses
North Kesteven District Council
District Council Offices, Kesteven Street
Sleaford
NG34 7EF
Contact
Mrs Fiona Fielding
Fiona.Fielding@lincolnshire.gov.uk
Telephone
+44 1522553956
Country
United Kingdom
Region code
UKF3 - Lincolnshire
Internet address(es)
Main address
https://www.n-kesteven.gov.uk/
Buyer's address
https://www.n-kesteven.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
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 Stock Reactive, Cyclical and Planned Repairs and Maintenance
Reference number
DN673869
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
North Kesteven District Council (NKDC) is Redesigning its Repairs Services for the future. One of the main ways we hope to deliver our ambitions is through a new partnership repairs contract that will deliver a range of core and additional workstreams through an intelligence led, customer focussed approach.
NKDC provides local government services to the large rural district of North Kesteven, which covers approximately 92,000 hectares (356 square miles), has over 100 distinctive rural villages and is centrally located within the county of Lincolnshire. It is rural in nature, but with Lincoln City immediately to the north, Nottingham 40 miles to the west and Peterborough 40 miles to the south. The district is served by the main north/south A15 linking Peterborough and Lincoln and is located to the east of the A1.
The Council currently owns around 3,900 homes across the district as well as managing a further c. 50 leasehold properties. The Council also owns a new build development company called Lafford Homes which now has over 150 market rental properties and significant growth ambitions.
The Requirement
The requirement is split into ‘Core’ services and ‘Additional Options’ Providers will be required to deliver the following ‘Core’ Works and Associated Services
• Call handling and repairs reporting, to include weekday ‘core times’ and an emergency out of hours service, excluding heating.
• Responsive repairs, excluding heating, (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages and corporate buildings, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments.
• Works to standard void properties, including decorating, in preparing them for re-letting
• Repairs, major repairs (including whole house), clearing, cleaning, garden works and upgrades to void properties.
• Planned responsive repairs, including electrical inspection remedial works and decorating scheme to tenanted properties
• Works arising from regulatory compliance activities (e.g., FRAs, water hygiene, asbestos)
• Disabled Adaptations to Council properties.
• Cyclical redecorations and pre-paint repairs in accordance with an agreed annual programme.
Throughout the duration of the contract the Council may introduce the following ‘Additional Options’
• Kitchen replacements
• Bathroom replacements/upgrades and wet room installations
• Installation and replacement of renewable technologies
• External doors renewals
• Window renewals
• Fencing installation or replacements
• Full or partial electrical rewires
• Roofing and/or Chimney works
• External render works with scaffolding
• External builder’s work
• Communal area refurbishment and whole property modernisations
• Sewage Treatment Plant Maintenance
• Installation of energy efficiency measures and/or building component additions/replacements
as part of a ‘fabric first’ approach.
• Installation of air source heating or other renewable energy installations/works
The forecast total annual expenditure of the Council through the new contract is circa £4.9m in year 2024/25. CORE works under the contract are anticipated to total circa £3.9m in year 2024/25 with ADDITIONAL OPTIONAL works values let through the new contract anticipated to be in the region of £1m. These are budget figures and are not guaranteed. The awarding of the additional optional works is expected in year one and beyond, but the awarding of ongoing additional optional works will be subject to satisfactory provision of the core works.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
- 71000000 - Architectural, construction, engineering and inspection services
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
Main site or place of performance
North Kesteven District Council Area
two.2.4) Description of the procurement
North Kesteven District Council (NKDC) is Redesigning its Repairs Services for the future. One of the main ways we hope to deliver our ambitions is through a new partnership repairs contract that will deliver a range of core and additional workstreams through an intelligence led, customer focussed approach.
NKDC provides local government services to the large rural district of North Kesteven, which covers approximately 92,000 hectares (356 square miles), has over 100 distinctive rural villages and is centrally located within the county of Lincolnshire. It is rural in nature, but with Lincoln City immediately to the north, Nottingham 40 miles to the west and Peterborough 40 miles to the south. The district is served by the main north/south A15 linking Peterborough and Lincoln and is located to the east of the A1.
The Council currently owns around 3,900 homes across the district as well as managing a further c. 50 leasehold properties. The Council also owns a new build development company called Lafford Homes which now has over 150 market rental properties and significant growth ambitions.
The Requirement
The requirement is split into ‘Core’ services and ‘Additional Options’ Providers will be required to deliver the following ‘Core’ Works and Associated Services
• Call handling and repairs reporting, to include weekday ‘core times’ and an emergency out of hours service, excluding heating.
• Responsive repairs, excluding heating, (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages and corporate buildings, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments.
• Works to standard void properties, including decorating, in preparing them for re-letting
• Repairs, major repairs (including whole house), clearing, cleaning, garden works and upgrades to void properties.
• Planned responsive repairs, including electrical inspection remedial works and decorating scheme to tenanted properties
• Works arising from regulatory compliance activities (e.g., FRAs, water hygiene, asbestos)
• Disabled Adaptations to Council properties.
• Cyclical redecorations and pre-paint repairs in accordance with an agreed annual programme.
Throughout the duration of the contract the Council may introduce the following ‘Additional Options’
• Kitchen replacements
• Bathroom replacements/upgrades and wet room installations
• Installation and replacement of renewable technologies
• External doors renewals
• Window renewals
• Fencing installation or replacements
• Full or partial electrical rewires
• Roofing and/or Chimney works
• External render works with scaffolding
• External builder’s work
• Communal area refurbishment and whole property modernisations
• Sewage Treatment Plant Maintenance
• Installation of energy efficiency measures and/or building component additions/replacements
as part of a ‘fabric first’ approach.
• Installation of air source heating or other renewable energy installations/works
The forecast total annual expenditure of the Council through the new contract is circa £4.9m in year 2024/25. CORE works under the contract are anticipated to total circa £3.9m in year 2024/25 with ADDITIONAL OPTIONAL works values let through the new contract anticipated to be in the region of £1m. These are budget figures and are not guaranteed. The awarding of the additional optional works is expected in year one and beyond, but the awarding of ongoing additional optional works will be subject to satisfactory provision of the core works.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
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: 5
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.2.14) Additional information
The budget figures provided are not guaranteed. The awarding of the additional optional works is expected in year one and beyond and are not guaranteed, but the awarding of any ongoing additional optional works will be subject to satisfactory provision of the core works.
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
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-016711
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 August 2023
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 September 2023
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom