Section one: Contracting authority
one.1) Name and addresses
Cross Keys Homes Ltd
Shrewsbury Avenue
Peterborough
PE2 7BZ
Contact
Stuart Fort
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
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:
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