Section one: Contracting authority
one.1) Name and addresses
Central Bedfordshire Council
Priory House
Chicksands
SG17 5TQ
Contact
+44 3003005997
procurement@centralbedfordshire.gov.uk
Telephone
+44 3003008000
Country
United Kingdom
NUTS code
UKH25 - Central Bedfordshire
Internet address(es)
Main address
http://in-tendhost.co.uk/centralbedfordshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://in-tendhost.co.uk/centralbedfordshire
Additional information can be obtained from the above-mentioned address
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
CBC-1462-T-CB Housing Repairs and Maintenance
Reference number
CBC-1462-T-CB
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Procurement is in relation to a programme to deliver a 24/7/365 day to day responsive repairs and maintenance service to the Authority’s housing stock. The Works includes but are not limited to the following services: A day to day responsive repairs and maintenance service including an out of hours emergency repair service. Note that Void Property refurbishment is not included. Fencing. Repairs to Windows, Doors and Building Security systems. Above and below ground drainage. Water mains. Garage and Garage Doors. Pest Control.Domestic and commercial white goods and laundry equipment. Drainage Works.Works will be instructed at the sole discretion of the Authority who will work in partnership with the appointed contractor (the Provider) to deliver the specified standards of works and services.The Provider will take full Design and Build responsibility and will act as ‘Lead Designer'.The contract will be let under the Term Alliance Contract, ‘TAC 1’ published by the
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH25 - Central Bedfordshire
Main site or place of performance
Central Bedfordshire
two.2.4) Description of the procurement
2.1 The Procurement is in relation to a programme to deliver a 24/7/365 day to day responsive repairs and maintenance service to the Authority’s housing stock. The Works includes but are not limited to the following services: A day to day responsive repairs and maintenance service including an out of hours emergency repair service. Note that Void Property refurbishment is not included. Fencing. Repairs to Windows, Doors and Building Security systems. Above and below ground drainage. Water mains. Garage and Garage Doors. Pest Control.Domestic and commercial white goods and laundry equipment. Drainage Works.Works will be instructed at the sole discretion of the Authority who will work in partnership with the appointed contractor (the Provider) to deliver the specified standards of works and services. The Provider will take full Design and Build responsibility and will act as ‘Lead Designer.’
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2026
This contract is subject to renewal
Yes
Description of renewals
Contract Term: An initial period of three (3) years extendable at the Authority's sole discretion in one further two year tranche to a maximum term of five years (3 + 2).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The Authority will select the five highest scoring Applicants from the SSQ stage to be invited to proceed to the next stage of the process (ITT). This is conditional upon them satisfying all minimum requirements of compliance and completeness described within the tender pack;SQQ and Information Memorandum.
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
National Inspection Council of Electrical Installation Contractors (NICEIC) Approved Contractor Status to include for:• Commercial and industrial installations• Domestic installations• Electrical installation condition reporting (EICR), testing, inspection and reporting• External and street lighting installations• Any other activity covered by BS 7671ISO9001:2015 for Quality ManagementISO45001:2015 for Health and Safety Management
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
See Tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 January 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 February 2023
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026 - 2028
six.4) Procedures for review
six.4.1) Review body
Central Bedfordshire Council
Priory House, Monks Walk, Chicksands
Shefford
SG17 5TQ
procurement@centralbedfordshire.gov.uk
Telephone
+44 3003005997
Country
United Kingdom