Section one: Contracting authority
one.1) Name and addresses
Leeds City Council
Civic Hall, 3rd Floor West,
Leeds
LS1 1UR
Contact
Samantha Dean
Telephone
+44 01133785963
Country
United Kingdom
Region code
UKE42 - Leeds
National registration number
171459162
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104105
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87688&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87688&B=UK
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
Major Repair Works in Occupied Domestic Properties
Reference number
93277
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The works, identified during the course of legal claims for disrepair, comprise random repair and maintenance and remedial works to Council owned properties and their environments of which the majority will be occupied. Some repairs may need to be carried out to vacant Affected Properties where the tenants have been temporarily re-housed owing to the extent of the proposed works.
The Contractor should take account that these works are often undertaken within restricted timescales imposed by Court Orders, Injunctions and or legally enforceable agreements and that the execution of the work within these timescales is paramount.
Repair work to occupied properties shall generally be carried out by pre-arranged appointment, made by the Contractor in accordance with instruction from the Contract Administrator.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
two.2.4) Description of the procurement
Leeds City Council has significant Housing stock of over 50,000. The council has a duty to ensure it has adequate resources to repair, maintain and improve its stock. This contract will give the Council adequate capacity to address the high volume of disrepair claims and support the council in the delivery of its strategic obligations of preventative maintenance and strategic disrepair prevention activity.
When a disrepair claim is submitted and the Council is subjected to legal action relating to the condition and this can obligate LCC to undertake remedial works and improvements to Council owned property. Such legal actions will necessitate the execution of works to Council owned property.
The works, identified during the course of legal claims for disrepair, comprise random repair and maintenance and remedial works to Council owned properties and their environments of which the majority will be occupied. Some repairs may need to be carried out to vacant Affected Properties where the tenants have been temporarily re-housed owing to the extent of the proposed works.
The Contractor should take account that these works are often undertaken within restricted timescales imposed by Court Orders, Injunctions and or legally enforceable agreements and that the execution of the work within these timescales is paramount.
Repair work to occupied properties shall generally be carried out by pre-arranged appointment, made by the Contractor in accordance with instruction from the Contract Administrator.
Leeds City Council have engaged separate Contractors to carry out repair and maintenance of gas appliances and heating installations in occupied dwellings.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2025
End date
30 September 2028
This contract is subject to renewal
Yes
Description of renewals
upto 12 months extension may be offered
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
As outlined in:
- Cas Schedule Appendix 1
- Selection Stage Document
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 per Draft Tender 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 establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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
8 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 February 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: 3 (from the date stated for receipt of tender)
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.4) Procedures for review
six.4.1) Review body
High Court Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is
communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as
soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that
aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and
Northern Ireland).