Tender

Responsive repairs, gas repairs and servicing, void repairs and planned maintenance programme

  • Cross Keys Homes Ltd

F02: Contract notice

Notice identifier: 2024/S 000-031196

Procurement identifier (OCID): ocds-h6vhtk-042d5e

Published 30 September 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Cross Keys Homes Ltd

Shrewsbury Avenue

Peterborough

PE2 7BZ

Contact

Stuart Fort

Email

stuart.fort@crosskeyshomes.co.uk

Telephone

+44 1733385000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.crosskeyshomes.co.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Overhaul-and-refurbishment-work./M5332A3M7J

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com

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

Responsive repairs, gas repairs and servicing, void repairs and planned maintenance programme

Reference number

R&MC1

two.1.2) Main CPV code

  • 45453000 - Overhaul and refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The provision of day-to-day responsive repairs, void repairs, gas servicing and repairs, various statutory compliance services including electrical installation testing and remedial works, water testing, lift maintenance and fire equipment maintenance; grounds maintenance and a programme of planned capital investment works to the housing stock. The works and services comprising the proposed Procurement are set out in more detail at Section II.2.4 of this Notice and are further described in the CPV Codes at section II.2.2 and the Descriptive Document available from the website shown at Section I.3

two.1.5) Estimated total value

Value excluding VAT: £410,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 77314000 - Grounds maintenance services
  • 45453000 - Overhaul and refurbishment work
  • 50700000 - Repair and maintenance services of building installations
  • 45232141 - Heating works
  • 50720000 - Repair and maintenance services of central heating
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45210000 - Building construction work
  • 50000000 - Repair and maintenance services
  • 45300000 - Building installation work
  • 39141400 - Fitted kitchens
  • 45211310 - Bathrooms construction work
  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The Contracting Authority is seeking expressions of interest from suitably qualified and experienced Providers to enter into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together the 'Term Programme') to various of its residential housing stock comprising approximately 13,800 properties of which approximately 1,050 are leasehold. The Contracting Authority intends to enter into a Term Alliance Contract, TAC-1 2016 for an initial period of five years, extendable in two further five year terns to a maximum term of fifteen years.

The Works include the following workstreams:

i)A 24/7/365 day to day responsive repairs and maintenance service including electrical installation repairs and repairs to void (empty) properties.

ii)A 3 Star gas servicing and repairs service for domestic and communal boilers.

iii)A programme of domestic electrical installation testing and subsequent remedial works, including Portable and Fixed Appliance Testing to dwellings and communal areas.

iv)Planned testing and maintenance to communal and emergency lighting installations.

v)Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility.

vi)Repairs and maintenance to 14 No. domestic passenger lifts.

vii)A programme for conducting risk assessments, water testing and treatment for the prevention of Legionella.

viii)Planned preventative maintenance, testing and repairs to various items of firefighting equipment and detection systems.

ix)A programme of scheduled grass cutting, garden and grounds maintenance to selected sites.

x)A programme of pre-paint repairs and cyclical decorations.

xi)A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring; roofs, windows and doors, rainwater goods, measures to reduce carbon emissions from the housing stock and improve thermal efficiency, and various fire safety remedial works

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: £410,000,000

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: 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: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will have an initial term of five (5) years, extendable at the Authority’s sole discretion for a further five (5) years, and again at the discretion of both parties for a third, five (5) year term, giving a total possible term of fifteen (15) years.

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/M5332A3M7J


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 stated 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.2.2) Contract performance conditions

The Contracting Authority anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006, will apply to the transfer of personnel from the incumbent contractor under this procurement. The contracting authority's detailed requirements will be set out in the Contract Documents.

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2024/S 000-001360

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 November 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 January 2025

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

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Overhaul-and-refurbishment-work./M5332A3M7J

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/M5332A3M7J

GO Reference: GO-2024930-PRO-27863018

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a standstill period following the award of the contract and will conduct itself in accordance with the Public Contracts Regulations 2015.

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom