Town and Country Housing Group - Housing Maintenance Joint Venture

A Tender Notice
by ECHELON CONSULTANCY LTD

Source
Contracts Finder
Type
Contract (Works)
Duration
27.5 year
Value
£150M-£700M
Sector
CONSTRUCTION
Published
11 Aug 2021
Delivery
01 Oct 2022 to 31 Mar 2050
Deadline
10 Sep 2021 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Town and Country Housing ("TCH") is seeking to procure a Maintenance Agreement and Joint Venture Partner to deliver repairs, maintenance and planned improvement works to its housing stock portfolio. TCH will adopt a contractual structure whereby TCH and the successful tenderer will enter into a contractual joint venture arrangement and may establish a new JV vehicle (the JV) and deliver the Programme. the proposed model is explained in more detail in the "Contract Structure" section of the Descriptive Document. The value of the core services (i.e. those services included in scope from contract commencement) is circa £5.2 million per annum and the total potential value of the contract with all options included is circa £700m over the whole term (including all possible extensions to 2050). TCH owns circa 10,000 properties dispersed throughout the whole of Kent and parts of East Sussex. The properties are a mixture of tenures consisting of general needs, market rented, leasehold and shared ownership. The Maintenance Agreement will be awarded for an initial period of 12.5 years, with the option to extend until 31st March 2050 at TCH's sole discretion. TCH does not intend to extend the contract by a single extension period of 15 years, but would explore extensions of shorter durations (for example, three periods of extension of five years each) . Although initially centred on the delivery of repairs and voids the contract has the provision to add in multiple additional workstreams including (but not limited to) cyclical maintenance services and planned and major works as set out in the procurement documents. The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015).

CPV Codes

  • 31518200 - Emergency lighting equipment
  • 31527260 - Lighting systems
  • 31625000 - Burglar and fire alarms
  • 33196200 - Devices for the disabled
  • 34928510 - Street-lighting columns
  • 44115500 - Sprinkler systems
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 45232452 - Drainage works
  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work
  • 45262660 - Asbestos-removal work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45330000 - Plumbing and sanitary works
  • 45331100 - Central-heating installation work
  • 45343100 - Fireproofing work
  • 45343230 - Sprinkler systems installation work
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421112 - Installation of window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45421151 - Installation of fitted kitchens
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 50000000 - Repair and maintenance services
  • 50232100 - Street-lighting maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50870000 - Repair and maintenance services of playground equipment
  • 71317200 - Health and safety services
  • 79512000 - Call centre
  • 90650000 - Asbestos removal services
  • 90922000 - Pest-control services
  • 92222000 - Closed circuit television services

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other Information

Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ Stage") and associated appendices. Following evaluation of submitted SQs, TCH anticipates inviting six bidders to participate in the second stage of process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist three bidders to participate in Competitive Dialogue ("CD Stage") and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents, and a summary is provided in the Descriptive Document. Additional data https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39005&B=ECHELON User / Company https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

Reference

Domains