Opportunity

Housing Maintenance & Repair

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-031438

Published 7 November 2022, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Housing Maintenance & Repair

Reference number

RM6241

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This dynamic purchasing system (DPS) provides a compliant, one stop shop for all aspects of housing maintenance & repair for both tenanted and void/vacant properties. Featuring a vast range of both planned and reactive maintenance & repair services, the agreement also provides access to essential compliance services such as fire safety, electrical testing & asbestos management.

It can help achieve Net Zero goals with PAS 2030/35 certified suppliers offering Whole Home Retrofit services and it also features Housing Portfolio Management, for customers looking to manage their housing stock and handle areas such as move ins/outs, disposals and put in place a centralised service to manage and fulfil repair requests.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 42513000 - Refrigerating and freezing equipment
  • 43325100 - Grounds-maintenance equipment
  • 44221220 - Fire doors
  • 44221240 - Garage doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45211310 - Bathrooms construction work
  • 45232451 - Drainage and surface works
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45246400 - Flood-prevention works
  • 45259900 - Plant upgrade work
  • 45260000 - Roof works and other special trade construction works
  • 45261300 - Flashing and guttering work
  • 45262000 - Special trade construction works other than roof works
  • 45262100 - Scaffolding work
  • 45262500 - Masonry and bricklaying work
  • 45262600 - Miscellaneous special-trade construction work
  • 45262660 - Asbestos-removal work
  • 45262670 - Metalworking
  • 45262690 - Refurbishment of run-down buildings
  • 45300000 - Building installation work
  • 45312100 - Fire-alarm system installation work
  • 45313000 - Lift and escalator installation work
  • 45320000 - Insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331231 - Installation work of refrigeration equipment
  • 45333000 - Gas-fitting installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45343000 - Fire-prevention installation works
  • 45343200 - Firefighting equipment installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45421160 - Ironmongery work
  • 45430000 - Floor and wall covering work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 65200000 - Gas distribution and related services
  • 65300000 - Electricity distribution and related services
  • 70333000 - Housing services
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317200 - Health and safety services
  • 71320000 - Engineering design services
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71421000 - Landscape gardening services
  • 71500000 - Construction-related services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251100 - Firefighting services
  • 75251110 - Fire-prevention services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 79415200 - Design consultancy services
  • 79512000 - Call centre
  • 79710000 - Security services
  • 79900000 - Miscellaneous business and business-related services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90650000 - Asbestos removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90721800 - Natural risks or hazards protection services
  • 90900000 - Cleaning and sanitation services
  • 90915000 - Furnace and chimney cleaning services
  • 98395000 - Locksmith services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Housing Maintenance & Repair Services

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: £500,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Customers may enter into a contract with a supplier for a period of their determining, up to an Contract Initial Period of a maximum of sixty (60) months, which may exceed the duration of the RM6241 DPS Agreement. In the event that the RM6241 DPS Agreement is terminated, CCS shall give the Supplier no less than three (3) Months written notice.

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

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM6241 Housing Maintenance and Repair DPS Agreement. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/4dd36b38-aa35-40bb-bb65-03e69bbad71f

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM6241 Housing Maintenance and Repair DPS Agreement please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS Agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the setting up of a dynamic purchasing system

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 000-010598

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

Date

25 January 2027

Local time

12:00am

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

7 November 2022

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

English


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

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the Competition Procedure.

It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

CCS and the Buyer reserves the right to include selection criteria to assess compliance with PPN 04/15 Past Performance in further competitions run from this DPS. CCS will assess whether the selection criterion in the PPN is met on request from the DPS user prior to the proposed conclusion of an order contract with a total value of £20 million or greater (excluding VAT). Failure to meet the selection criteria will render the Supplier ineligible for that order contract.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at:

https://www.gov.uk/government/publications/government-security-classifications.

Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/