Responsive Maintenance and Void Property Works

A Contract Award Notice
by HASTOE HOUSING ASSOCIATION LTD

Source
OJEU
Type
Contract (Works)
Duration
8 year (est.)
Value
£10M
Sector
CONSTRUCTION
Published
24 Feb 2021
Delivery
To 24 Feb 2029 (est.)
Deadline
n/a

Concepts

Location

Kingston upon Thames

Geochart for 3 buyers and 2 suppliers

3 buyers

2 suppliers

Description

The contracting authority is procuring term maintenance contracts to undertake responsive maintenance including out of hours emergency callouts, void property works which may include major component replacement and minor planned maintenance works. Their mission is to create strong and sustainable communities where people flourish and they are committed to making a positive difference to peoples' lives. They are seeking to appoint service providers to deliver maintenance to the highest possible standards and who have a proven track record in the delivery of these works. The successful service providers must be able to show a commitment to providing effective services that provide value for money and demonstrate a commitment to addressing social inclusion, and high levels of customer care. The contract will be for 48 months commencing on or about the 1 March 2021 with an option to extend for up to a further 4 years.

Lot Division

1 Area 3 (Hertfordshire, Essex and Suffolk)

The contracting authority is seeing to appoint a service provider to provide maintenance services to their various dwellings and schemes located in their Area 3 Management Area. The current property portfolio comprises 833 rented and 385 non rented properties located in Hertfordshire, Essex and Suffolk with an ongoing development programme. The maintenance services will include responsive maintenance, out of hours emergency callouts, void property works, some major component (kitchens, bathrooms, domestic rewires, electric heating, central heating and boiler renewals and upgrades) renewals, disabled adaptations and other minor planned maintenance works. The contracting authority reserves the right to add additional services of a similar nature throughout the duration of the contract subject to the terms of Regulation 72 of the Public Procurement Regulations 2015 (as amended). Full details of all dwellings and schemes that will receive maintenance services and which are included in the proposed contract are provided in the procurement documents. Units and schemes may be added or deleted both prior to commencement of the contract and during the contract period in accordance with the development and acquisitions/disposal programme. The proposed initial contract period will be 48 months commencing on or before the 1st April 2021, all subject to provisions for earlier termination including a break clause and annual renewals based on meeting and maintaining key performance indicators and with the contracting authority having the option to extend for a further 4 years by means of one or more extensions. The annual budget for this contract is GBP 580 000 excluding VAT. The service provider will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the contracting authority and their residents and must be responsive to achieving collaborative working practices, innovation and continuous improvement, demonstrate commitment to addressing social inclusion, and achieving high levels of customer satisfaction. The contract will be based on the JCT Measured Term Contract 2016 with amendments, incorporating the M3NHF Schedules of Rates Version 7.1 in respect of responsive maintenance and void property works, and planned maintenance and property reinvestment. The contracting authority cannot guarantee the extent or value of any works that may be awarded to the service provider. TUPE may apply to this contract.

2 Area 4 (Bedfordshire, Buckinghamshire and Oxfordshire)

The contracting authority is seeing to appoint a service provider to provide maintenance services to their various dwellings and schemes located in their Area 4 Management Area. The current property portfolio comprises 610 rented and 270 non rented properties located in Bedfordshire, Buckinghamshire and Oxfordshire with an ongoing development programme. The maintenance services will include responsive maintenance, out of hours emergency callouts, void property works, some major component (kitchens, bathrooms, domestic rewires, electric heating, central heating and boiler renewals and upgrades) renewals, disabled adaptations and other minor planned maintenance works. The contracting authority reserves the right to add additional services of a similar nature throughout the duration of the contract subject to the terms of Regulation 72 of the Public Procurement Regulations 2015 (as amended). Full details of all dwellings and schemes that will receive maintenance services and which are included in the proposed contract are provided in the procurement documents. Units and schemes may be added or deleted both prior to commencement of the contract and during the contract period in accordance with the development and acquisitions/disposal programme. The proposed initial contract period will be 48 months commencing on or before the 1 March 2021, all subject to provisions for earlier termination including a break clause and annual renewals based on meeting and maintaining key performance indicators and with the contracting authority having the option to extend for a further 4 years by means of one or more extensions. The annual budget for this Contract is GBP 420 000 excluding VAT. The service provider will be required to provide a customer focused service and show commitment to providing effective services that provide value for money to the contracting authority and their residents and must be responsive to achieving collaborative working practices, innovation and continuous improvement, demonstrate commitment to addressing social inclusion, and achieving high levels of customer satisfaction. The contract will be based on the JCT Measured Term Contract 2016 with amendments, incorporating the M3NHF Schedules of Rates Version 7.1 in respect of responsive maintenance and void property works, and planned maintenance and property reinvestment. The contracting authority cannot guarantee the extent or value of any works that may be awarded to the service provider. TUPE may apply to this contract.

Award Detail

1 Norse Commercial Services (Norwich)
  • Lot 1 Area 3 (Hertfordshire, Essex and Suffolk)
  • Num offers: 4
  • Value: £4,942,292
2 FSG Property Services (Denbigh West)
  • Lot 2 Area 4 (Bedfordshire, Buckinghamshire and Oxfordshire)
  • Reference: 2
  • Num offers: 6
  • Value: £4,823,985

Award Criteria

Method statement 3400.0
Social value 600.0
PRICE 6000.0

CPV Codes

  • 45000000 - Construction work
  • 50800000 - Miscellaneous repair and maintenance services

Indicators

  • Award on basis of price and quality.

Other Information

All documentation can be downloaded from https://etenders.rand-associates.co.uk, eTenders@Rand is Rand Associates Consultancy Services Ltd's e-procurement portal (the ‘Portal’) for downloading/submission of tender documentation, and communicating requests for and responses to clarification. All requests for procurement documentation, communications and submissions of tenders must be made via the Portal, which can be accessed at https://etenders.rand-associates.co.uk After creating an account on eTenders@Rand, users will receive an email with a link to activate their account. Once activated and logged in, users will need the following code to register for the Tender Documentation: HASTOE1 Economic operators may seek clarification where they consider any part of the documentation or any other aspect of this procurement is unclear. All queries and any clarification must be communicated using the secure email messaging function within the Portal, but to be received no later than 17.00 on 26 October 2020. This will provide an audit trail of all clarification requests and responses issued. It will not be possible to respond to any queries received after that stipulated date and time. It is the economic operators' responsibility to regularly monitor communications raised and issued through the Portal. Responses to requests for clarification will be communicated by Rand Associates Consultancy Services Ltd to all economic operators through the Portal secure email messaging system. The identity of the economic operator seeking clarification will not be disclosed to other economic operators. When uploading Tender Documentation, economic operators must be aware of any speed limitations of their internet connection, system configuration and general web traffic etc as these may impact on the time taken to complete the transaction. Uploading of submissions must be completed by the deadline closing date and time. Do not wait until too near the closing time on the return date. The closing deadline for uploading completed tender submissions is 2 November 2020 at 15.00. Please note that the Portal will not permit tender submissions to be uploaded after the closing deadline. Tender submissions and supporting documents will be visible to the Client and Rand Associates Consultancy Services Ltd only after the closing deadline. Should users have any queries, or experience difficulties with the registration or download/upload system, they should contact the eTenders@Rand helpdesk by calling +44 (0)1737 225 077 (ask for Jeremy Lake, Chris Atkin or Jonathan Case) or email eTenders@rand-associates.co.uk. The contracting authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The contracting authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the contracting authority shall be incurred entirely at that applicant's/tenderer's risk. The subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to relating to economic, social and environmental well-being. These are described in the procurement documents. The contracting authority reserves the right to procure similar or identical works outside of the contract. A contract will not be binding until it has been signed and dated by authorised representatives of both parties.

Reference

Domains