Section one: Contracting authority
one.1) Name and addresses
Milton Keynes City Council
Civic Office, 1 Saxon Gate East
Milton Keynes
MK9 3EJ
corporateprocurement@milton-keynes.gov.uk
Telephone
+44 1908691691
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Buyer's address
https://www.milton-keynes.gov.uk
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
Procurement of a Contractor for Housing Repairs and Maintenance Works and Services Contract
Reference number
2023-185
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Milton Keynes City Council (the 'Authority') invites expression of interest from suitably qualified and experienced organisations in relation to its contract for housing repairs and maintenance works and services (the Contract). The Contract is to deliver a programme of both planned and reactive repairs and maintenance works across its housing stock which is made up of various residential blocks of flats, houses, maisonettes, bungalows, garages and travellers sites. The Authority is seeking a contractor to deliver the works and services in a manner that will maximise the use of the latest technology, processes and management techniques to deliver high quality services that are customer focused, right first time and provide excellent value for money for the Authority whilst supporting and enhancing the Authority’s values and aims.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £475,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 50800000 - Miscellaneous repair and maintenance services
- 50750000 - Lift-maintenance services
- 44221000 - Windows, doors and related items
- 45421111 - Installation of door frames
- 44115600 - Stairlifts
- 50712000 - Repair and maintenance services of mechanical building installations
- 50413200 - Repair and maintenance services of firefighting equipment
- 39190000 - Wallpaper and other coverings
- 45421110 - Installation of door and window frames
- 44221100 - Windows
- 90922000 - Pest-control services
- 44112200 - Floor coverings
- 45421140 - Installation of metal joinery except doors and windows
- 39141400 - Fitted kitchens
- 39715210 - Central-heating equipment
- 50000000 - Repair and maintenance services
- 45421130 - Installation of doors and windows
- 45311100 - Electrical wiring work
- 45421151 - Installation of fitted kitchens
- 44480000 - Miscellaneous fire-protection equipment
- 45421132 - Installation of windows
- 45421131 - Installation of doors
- 45421120 - Installation of thresholds
- 90650000 - Asbestos removal services
- 45342000 - Erection of fencing
- 50711000 - Repair and maintenance services of electrical building installations
- 50720000 - Repair and maintenance services of central heating
- 45211310 - Bathrooms construction work
- 45421112 - Installation of window frames
- 71315300 - Building surveying services
- 45430000 - Floor and wall covering work
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 45421100 - Installation of doors and windows and related components
- 50700000 - Repair and maintenance services of building installations
- 45420000 - Joinery and carpentry installation work
- 45262660 - Asbestos-removal work
- 51000000 - Installation services (except software)
- 39141000 - Kitchen furniture and equipment
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
two.2.4) Description of the procurement
The procurement is for the Authority's contract for Housing Repairs and Maintenance works and services (R&M Works and Services). The Authority is seeking a single contract to deliver a programme of both planned and reactive repairs and maintenance works across its housing stock which is made up of various residential blocks of flats, houses, maisonettes, bungalows, garages and travellers sites. The Authority is conducting this procurement through the competitive procedure with negotiation in accordance with Regulation 29 of the Public Contracts Regulations 2015 (as amended) (‘PCR’) and will be carrying out the procurement procedure in successive stage. Further information is set out in the procurement documents. To express interest, economic operators must complete and return responses to the selection questionnaire which uses the Common Assessment Standard (the CAS Questionnaire or CQ) in accordance with the instructions set out in the procurement documents. The Authority’s needs and requirements for the Contract are included in the procurement documents published with this notice. This procurement is undertaken pursuant to the competitive procedure with negotiation using an electronic tendering system. Economic operators will need to register on the portal to participate and the registration is free. All documentation is available from and all communication is to be conducted via the portal at https://in-tendhost.co.uk/milton-keynes/ This procurement shall take place in successive stages as referenced in Regulation 29(19) of the PCR. Following submission of the completed CQs, the Authority will apply the selection criteria, as set out in the procurement documents. Based upon the selection criteria set out in the CQ, the Authority intends to shortlist and invite the top four (4) scoring economic operators to progress from the selection stage to the invitation to participate in negotiation and submission of initial tender stage provided there are sufficient economic operators that submit and pass the selection stage. Each of the economic operators shortlisted at the selection stage will be invited to submit initial tenders. Following the evaluation of the initial tenders, in accordance with the evaluation methodology set out in the procurement documents, the Authority will, either make an award based on the initial tenders or, as is the Authority’s current intention, invite the economic operators to participate in negotiation. Following conclusion of the negotiation the Authority shall invite the economic operators to submit final tenders. The final tenders shall be evaluated in accordance with the evaluation methodology set out in the procurement documentation and the Authority shall make an award accordingly. The Authority reserves the right to add stages or revise this process and/or to discontinue all or part of this procurement process at any stage at any time and not to award a contract for some or all of the R&M Works and Services for which responses are invited for any reason.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
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.2.14) Additional information
The Contract Period will be for a term of 5 (five) years commencing on 05 August 2025 with an option for the Authority to extend the Contract Period for a further period of 5 (five) years on not less than 6 (six) months prior written notice to the Contractor prior to the end of the initial Contract Period.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2024/S 000-024203
Section five. Award of contract
Contract No
2023-185
Title
Housing Repairs and Maintenance Works and Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 July 2025
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Mears Limited
1390, Montpellier Court Gloucester Business Park Brockworth
Gloucestershire
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
2519234
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £475,000,000
Total value of the contract/lot: £475,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £10,000,000
Short description of the part of the contract to be subcontracted
Some elements of the contract are subcontracted however it is difficult to estimate value as the spend is dependent on investment demand for capital and insurance works and is dictated by surveys and inspections. And revenue works are demand driven.
Section six. Complementary information
six.3) Additional information
The total contract award value provided in Section V.2.4 is the maximum contract value for the whole term of contract (including contingency and extensions). The spend under the contract will be affected by the volume of capital works.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit