Opportunity

BHCC HP - Repairs and Maintenance Contractor Framework

  • Brighton and Hove City Council
  • Adur and Worthing Councils

F02: Contract notice

Notice reference: 2021/S 000-031342

Published 16 December 2021, 8:38am



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

Contact

Luke Taylor

Email

luke.taylor@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

https://www.brighton-hove.gov.uk/

one.1) Name and addresses

Adur and Worthing Councils

The Shoreham Centre, Pond Road

Shoreham-by-Sea

BN43 5WU

Email

procurement@adur-worthing.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

www.adur-worthing.gov.uk/

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

www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sesharedservices.org.uk/esourcing

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

BHCC HP - Repairs and Maintenance Contractor Framework

Reference number

BHCC - 033575

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Council is sharing this Invitation to Tender to obtain professional, properly defined and priced propositions to award contracts on a Framework Agreement over 8 Lots, to deliver repairs and maintenance works across the council managed housing stock as required by the Council’s Repairs and Maintenance service and other Participating Authorities.The Lots are split according to Work types as follows. Bidders are able to apply for a maximum of 2 of the following Lots:Lot A – Empty Property (Voids) Lot B – General Building Lot C – ScaffoldLot D – Asbestos RemovalLot E – Damp and Condensation Lot F - Window and Door RepairsLot G – Roof Repairs Lot H – Floor FittingFull details of the works required and the number of places to be awarded on the Framework Agreement are as set out in the Invitation to Tender documents.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot A - Empty Property (Voids)

Lot No

A

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 45451000 - Decoration work
  • 45400000 - Building completion work
  • 45432200 - Wall-covering and wall-papering work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to three Contractors, to be responsible for the clearance and refurbishment to empty properties (Voids) of all types and tenures across the Council's housing stock.Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations set out in the Invitation to Tender and to ensure high standards of safety and performance throughout the duration of the contract

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: £7,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot B - General Building

Lot No

B

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45262500 - Masonry and bricklaying work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to three Contractors to carry out General Building works for the responsive repairs and maintenance service. These works are required in properties of all types and tenures across the Council's housing stock. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations to ensure high standards of safety and performance throughout the duration of the contract.

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: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot C - Scaffold

Lot No

C

two.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to two Contractors for the supply of scaffolding, including erection and dismantling to be used for responsive repairs and maintenance in properties of all types and tenures across the Council’s housing stock.Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations, and to ensure high standards of safety and performance throughout the duration of the contract.

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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot D - Asbestos Removal

Lot No

D

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to two Contractors to carry out Asbestos Removal works for the responsive repairs and maintenance service. These works are required in properties of all types and tenures across the Council's housing stock. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations to ensure high standards of safety and performance throughout the duration of the contract.

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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot E - Damp and Condensation

Lot No

E

two.2.2) Additional CPV code(s)

  • 45331210 - Ventilation installation work
  • 71510000 - Site-investigation services
  • 45442300 - Surface-protection work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to two Contractors to carry out investigative surveys where Damp & Condensation is suspected in our council managed housing stock. The Contractors will also carry out any remedial repairs required based on the outcome of the Damp & Condensation survey. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations to ensure high standards of safety and performance throughout the duration of the contract.

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: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot F - Window and Door Repairs

Lot No

F

two.2.2) Additional CPV code(s)

  • 45421000 - Joinery work
  • 45441000 - Glazing work
  • 45421100 - Installation of doors and windows and related components
  • 44520000 - Locks, keys and hinges

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to two contractors to carry out Window and Door repairs for the responsive repairs and maintenance service. These works are required in properties of all types and tenures across the Council's housing stock. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations, to ensure high standards of safety and performance throughout the duration of the contract.

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: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot G - Roof Repairs

Lot No

G

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work
  • 45261300 - Flashing and guttering work
  • 45261210 - Roof-covering work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint up to two Contractors to carry out Roofing Repair works for the responsive repairs and maintenance service. These works are required in properties of all types and tenures across the Council's housing stock. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations to ensure high standards of safety and performance throughout the duration of the contract.

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: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Lot H - Floor Fitting

Lot No

H

two.2.2) Additional CPV code(s)

  • 45432100 - Floor laying and covering work
  • 45432130 - Floor-covering work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Council may appoint one Contractor for works orders relating to various types of flooring works for the responsive repairs and maintenance service. These works are required in properties of all types and tenures across the Council's housing stock. Contractors will be responsible for ensuring all works are performed in line with all relevant standards and regulations, to ensure high standards of safety and performance throughout the duration of the contract.

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: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All lots: Basic DBS Check.Where required a membership of an Authorised Competent Person scheme listed in Schedule 1 of the Building Regulations &C (Amendment) Regulations 2015

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

As detailed in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 17

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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: 2021/S 000-015089

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

Date

31 January 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

31 January 2022

Local time

11:00am


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

It should be noted that although Brighton & Hove City Council is required to set an overall value for the works that could potentially be undertaken under these contracts, there is no commitment to undertake works.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom