Tender

Maintenance Services

  • Crosby Housing Association Ltd for itself and on behalf of Steve Biko Housing Association Limited
  • Steve Biko Housing Association Limited

F02: Contract notice

Notice identifier: 2024/S 000-024706

Procurement identifier (OCID): ocds-h6vhtk-048820

Published 6 August 2024, 3:46pm



Section one: Contracting authority

one.1) Name and addresses

Crosby Housing Association Ltd for itself and on behalf of Steve Biko Housing Association Limited

10 Church Road, Waterloo

Liverpool

L22 5NB

Contact

David Miller

Email

etenders@rand-associates.co.uk

Country

United Kingdom

Region code

UKD - North West (England)

Charity Commission (England and Wales)

19175R

Internet address(es)

Main address

https://www.crosbyhousing.org.uk/

one.1) Name and addresses

Steve Biko Housing Association Limited

3 Yanwath Street

Liverpool

L8 0XP

Contact

David Miller

Email

etenders@rand-associates.co.uk

Country

United Kingdom

Region code

UKD - North West (England)

Charity Commission (England and Wales)

24187R

Internet address(es)

Main address

https://www.stevebikoha.org/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenders.rand-associates.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenders.rand-associates.co.uk/

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

Maintenance Services

Reference number

CHSBH001

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authorities wish to jointly appoint a Contractor to undertake maintenance, repair and improvements including the undertaking of 24/7 responsive call-outs during and outside of normal working hours, within individual dwellings and to social housing blocks, schemes , and offices managed by the 2 Contracting Authorities (Crosby Housing Association and , Steve Biko Housing Association)

The service will be required in Liverpool City Council and Sefton Metropolitan Borough Council Areas. The Contract is for an initial 3 year period with the option for two further extensions each of 1 year up to a maximum of 5 years. One Provider will be appointed to undertake the service by means of separate contracts with each of the 2 Contracting Authorities.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31500000 - Lighting equipment and electric lamps
  • 31625200 - Fire-alarm systems
  • 35111000 - Firefighting equipment
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45343000 - Fire-prevention installation works
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45453000 - Overhaul and refurbishment work
  • 50000000 - Repair and maintenance services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 79993100 - Facilities management services
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Contracting Authorities wish to appoint a Provider to undertake responsive maintenance including daytime and out of hours emergency callouts, disrepair, damp, mould and condensation works , voids and capital reinvestment works to it housing and other communal properties and assets located in the geographical areas of Liverpool City Council and Sefton Metropolitan Borough Council

In addition Steve Biko Housing Association will require the Provider to undertake the following additional services;

• the periodic inspection, servicing, testing and certification of domestic gas boiler and heating installations

• the periodic inspections, testing, servicing, maintenance and repair of their Active Fire Safety Installations (f fire prevention/detection alarmsystems, emergency lighting installations and fire fighting equipment,

• the provision of periodic Estate Services (Building and Window Cleaning, and Grounds Maintenance)

• Call handling during normal working hours

• Out of Hours Call handling

Key characteristics of the Contracts are likely to be but not limited to:

- An initial term of 3 years with an option for the Contracting Authorities to extend by a further one year , and then by a further year subject to annual performance reviews;.

- IT software/system interfacing;

- Provisions requiring the delivery of a customer focused service and showing commitment to value for money to the Contracting Authorities and their residents, and must be responsive to achieve collaborative working practices, innovation and continuous improvement;

- Provisions for regular monthly, quarterly and annual performance meetings and reviews, early termination and also meeting, maintaining and improving KPI targets

- Commitment to Social Value and community engagement

.

The scope of service to be delivered is further defined in the procurement documents.

Economic Operators are advised that the terms of the Transfer of Undertaking (Protection of Employment ) Regulations ("TUPE") may apply to the workforce employed by the incumbent contractor in relation to the services to be performed by the successful Economic Operator under the proposed new contract.

Economic Operators should note that the estimated value given in this notice is based on the 2 Contracting Authorities historical/current/planned expenditure and the numbers of properties and schemes currently included with their stock portfolio.

This value may increase in the event that the 2 Contracting Authorities acquire or develop additional properties during the contract term and require the services covered by the Contracts to be performed on such additional properties. Additional properties may include without limitation residential and commercial properties and corporate facilities, The 2 Contracting Authorities reserve the right to also remove or dispose of properties, in which case the value of the Contracts may decrease. *

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: £8,000,000

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.2.14) Additional information

All requests for procurement documentation, communication and submission of tenders must be made via eTenders@Rand, which can be accessed at https://etenders.rand-associates.co.uk

After creating an account on eTenders@Rand, users will receive an email with a link to activate their account. Once activated and logged in, users will need the following code to register for the procurement documentation: CHSBH001


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.2.2) Contract performance conditions

Economic Operators are advised that the 2 Contracting Authorities have adopted the principles of Social Value and require the successful Economic Operator to abide by these principles in the provision of employment, training and other opportunities to new entrant trainees and other disadvantaged and vulnerable persons

Key Performance Indicators will be built into the Contract.


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

Date

6 September 2024

Local time

3:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 September 2024

Local time

3:30pm


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

All documentation can be downloaded from https://etenders.rand-associates.co.uk

This portal is for the downloading of the draft procurement documentation, submission of tenders and communicating requests for and responses to clarifications.

All requests for procurement documentation, communications and submission of tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk

After creating an account on eTenders@Rand, users will receive an email with a link to activate their account. Once activated and logged in , users will need the following code to register for the procurement documentation: CHSBH001

Economic operators may seek clarification where they consider any part of the procurement documentation is unclear.

All queries and any clarifications must be communicated using the secure email messaging function within the Portal, but to be received no later than 17:00 on 27.08.2024, this will provide an audit trail of all clarification requests and responses issued.

It will not be possible to respond to any queries received after that stipulated date and time. It is the Economic Operators responsibility to regularly monitor communications raised and issued through the Portal.

Response to requests for clarification will be communicated to all Economic Operators through the portal secure email messaging system.

When uploading Tender Documentation , Economic Operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc., as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time.

DO NOT WAIT until too near the closing time on the return date. The closing deadline for uploading completed tender documentation is the 06.09.2024 at 15.00.

Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline.

Tenders and supporting documentation must be visible to the Contracting Authority and their advisers only after the closing deadline. Should Economic Operators have any queries or experience difficulties with the registration or download/upload system they should contact the eTenders@Rand help desk by email etenders@rand-associates.co.uk

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

SW1A 4AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to all Economic Operators.

The standstill period provides time for unsuccessful Economic Operators to challenge the award decision before a Contract is entered into. The Public Contract Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or who are ar risk of harm by a breach of the Regulations to take action in the High Court of England and Wales.

After the expiry of the 10 day standstill period, the Contracting Authorities will unless prevented by order of the High Court, conclude and enter the Contract.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 4AS

Country

United Kingdom