PfH Responsive Repairs and Void Property Services Framework Scotland

A Tender Notice
by PROCUREMENT FOR HOUSING

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£105M
Sector
INDUSTRIAL
Published
08 Nov 2023
Delivery
To 05 Mar 2028 (est.)
Deadline
21 Dec 2023 12:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Procurement for Housing (PfH) Scotland is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. PfH Scotland is a contracting authority under Regulation 2 of the Public Contracts (Scotland) Regulations 2015 (“PCSR 2015”) and a central purchasing body under regulation 38 PCSR 2015. PfH Scotland are seeking to appoint suitably qualified and experienced organisations under a multi-lot Framework Agreement to provide public bodies with the opportunity to purchase Responsive repairs and void property services. Procurement for Housing is seeking to establish a Framework Agreement for Responsive Repairs and Void Property Services. The framework has been split into five (5) lots: 1. Responsive Repairs and Void Property Refurbishment 2. Void Property Refurbishment 3. Responsive Repairs 4. Void Property Cleaning and Clearing Services 5. Void Property Security Services

Lot Division

1 Responsive Repairs and Void Property Services
  • Value: £45M

The intention of this lot is to provide PfH members with end-to-end management of their reactive maintenance repairs and works associated with ensuring void properties are at the appropriate standard to relet. It is anticipated that the services provided will either be a fully out-sourced solution to deliver all works for PfH members in relation to their reactive maintenance and void property works or as a top up service to existing in house teams. It will be at the discretion of the PfH member to determine the level of requirement on an individual contract basis. The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for. PfH anticipates awarding places on the framework to 6 national suppliers and 6 suppliers per region but reserves the right to award a greater or fewer number of suppliers depending on the bids received.

2 Void Property Refurbishment
  • Value: £25M

The intention of this lot is to provide PfH members with end-to-end management of refurbishment works (internal and external) required within empty properties, including but not limited to: - Gas and Electrical Safety Inspection - Boiler and heating system testing/repairs/installation - Electrical testing/repairs/upgrades - Kitchen and bathroom repairs - General building repairs - Joinery and metal works - Plastering, painting & decorating - Roofing works - Fencing & gate repairs - Drainage repairs It is anticipated that the services provided will either be a fully out-sourced solution to deliver all works associated with void property refurbishment or as a top up service to existing in house teams. It will be at the discretion of the PfH member to determine the level of requirement on an individual contract basis. The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for. PfH anticipates awarding places on the framework to 6 national suppliers and 6 suppliers per region but reserves the right to award a greater or fewer number of suppliers depending on the bids received.

3 Responsive Repairs
  • Value: £20M

The intention of this lot is to provide PfH members with end-to-end management of reactive and responsive repair works (internal and external). Including but not limited to: - General internal and external building repairs - Plumbing repairs - Brickwork repairs - Electrical remedial works - Window & door repairs - Roofing repairs - Drainage repairs - Flooring repairs (internal and external paving) - Plastering, painting & decorating It is anticipated that the services provided will either be a fully out-sourced solution to deliver all reactive maintenance works or as a top up service to existing in house teams. It will be at the discretion of the PfH member to determine the level of requirement on an individual contract basis. The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for. PfH anticipates awarding places on the framework to 6 national suppliers and 6 suppliers per region but reserves the right to award a greater or fewer number of suppliers depending on the bids received.

4 Void Property Cleaning and Clearing Services
  • Value: £8M

Lot 4 is a specialist service provision for the cleaning and clearance of void properties including but not limited to the following services: - Builders Clean - Light Property Clean - Deep Property Clean - Specialist Cleaning (including site disinfection) - Clearing & disposal of general waste - Clearing & disposal of hazardous waste (including sharps and clinical waste) - Clearing & disposal of electrical and electronic equipment waste (WEEE) - Garden clearances - Pest control The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for. PfH anticipates awarding places on the framework to 6 national suppliers but reserves the right to award a greater or fewer number of suppliers depending on the bids received.

5 Void Property Security Services
  • Value: £8M

Lot 5 is a specialist service provision to ensure site safety and security of empty/void sites and properties under the responsibility of PfH members. It is anticipated that services under this lot will fall into two main categories: Site Security which will include (but is not limited to) the following solutions: - Supply, installation and removal of demountable screens and doors on a purchase and hire basis - Supply, installation and removal of security fencing on a purchase and hire basis - Supply, installation and removal of net curtains on a purchase and hire basis - Boarding up services - Guardianship provision - Secure meter box coverings And Site Monitoring which will include (but is not limited to) the following solutions: - Temporary alarm detection systems (can also include a responsive service) - Mobile CCTV towers - Mobile patrol services The lot structure is split into regions. Document 1 - Instructions to tenderers contain information on the number of regions a contractor can apply for. PfH anticipates awarding places on the framework to 6 national suppliers but reserves the right to award a greater or fewer number of suppliers depending on the bids received.

Renewal Options

The framework is to be awarded for an initial two years with two option extensions of 12 months each.

Award Criteria

Quality 60
price 40

CPV Codes

  • 50700000 - Repair and maintenance services of building installations
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 35121000 - Security equipment
  • 35125000 - Surveillance system
  • 79710000 - Security services
  • 65500000 - Meter reading service
  • 44212329 - Security screens

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 1) Bidders may be excluded if they are in any of the situations referred to in Reg.58 of the PCSR 2015. 2) Bidders must state the amount of the contract they expect to subcontract. 3) Quality assurance. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 or can demonstrate that they have robust equivalent quality standards in accordance with Document 5B of this tender. 4) Health and Safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 or has within the last 12 months met the assessment requirements of a construction related scheme in registered membership of the safety schemes in procurement (SSIP) or; can demonstrate that they have robust equivalent health and safety standards in accordance with Document 5B of this tender. 5) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with ISO 14001 or can demonstrate it has robust equivalent environmental standards in accordance with Document 5B of this tender. This Framework may be used by any contracting authority listed in or referred to in the FTS / PCS Notice. This includes: All current members of PfH at the time of the FTS / PCS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS / PCS notice for this procurement. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=749791. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The level of sub-contracting will be dependant the call off contract Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Community benefits will be defined at call off level. (SC Ref:749791)

Reference

Domains