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
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
procurement@adur-worthing.gov.uk
Country
United Kingdom
NUTS code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
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