Housing and Corporate Maintenance and Investment Services

A Tender Notice
by NORTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
12 year
Value
£2B
Sector
CONSTRUCTION
Published
21 Jun 2022
Delivery
To 20 May 2034 (est.)
Deadline
22 Jul 2022 11:00

Concepts

Location

Across the geographical boundaries of North Lanarkshire Council area

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire’s communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').

Total Quantity or Scope

The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, legislative compliance services, and works delivery, for Housing and Corporate assets (Core Services) and works delivery for the Authority's existing assets at scale, related to or ancillary to Core Services for Housing and Corporate assets (Core Projects & Programmes) for 8 years (plus up to 2 x 2-year extensions, totalling 4 years extension). The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute significant positive social impact to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 1.8bn GBP over the full contract term (including all extensions) is based on the Authority’s estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of housing maintenance services, corporate maintenance services for reactive maintenance and ad hoc requirements (Order Type A), statutory compliance, servicing and inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, tower block works (Order Type C) and other related works (Order Type D)). Further details of this opportunity are set out in the procurement documents. Please see Section VI.3 for details relating to the Single Procurement Document (SPD) and other procurement documents being released at this stage. Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (“TUPE”) may apply to this contract. Further details will be provided in the Invitation to Negotiate (ITN) issued to the Candidates invited to submit initial tenders. The Services will be delivered to the following asset types including but not limited to: Housing – housing for mid-market rent, housing for social rent, retirement housing, sheltered housing, special needs housing and housing in private ownership; Corporate – arts and culture facilities, care homes, cemeteries, community halls, depots, education facilities, energy infrastructure, industrial / commercial, libraries, museums, office and administrative facilities, other residential and social care housing, retail, serviced facilities, social care facilities, sports and leisure facilities, swimming pools, tourism facilities, town halls, wellbeing facilities, and workshop facilities. Additional information: Candidates should read and refer to the Instructions to Candidates document (ITC). Failure to comply with the ITC may result in a Candidate's SPD submission being rejected. Candidates may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal Options

The Contract will be awarded for an initial term of 8 years thereafter the Authority will have the option to extend the term of the Contract for up to two periods of 2 years. Any period or periods of extension will be at the Authority’s sole discretion.

Award Criteria

Quality 60
price 40

CPV Codes

  • 50000000 - Repair and maintenance services
  • 09330000 - Solar energy
  • 22821000 - Electoral forms
  • 31625000 - Burglar and fire alarms
  • 32500000 - Telecommunications equipment and supplies
  • 35121000 - Security equipment
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42160000 - Boiler installations
  • 44113910 - Winter-maintenance materials
  • 44212000 - Structural products and parts except prefabricated buildings
  • 44220000 - Builders' joinery
  • 44230000 - Builders' carpentry
  • 44480000 - Miscellaneous fire-protection equipment
  • 44523000 - Hinges, mountings and fittings
  • 44610000 - Tanks, reservoirs, containers and pressure vessels
  • 44620000 - Central-heating radiators and boilers and parts
  • 44900000 - Stone for construction, limestone, gypsum and slate
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45223000 - Structures construction work
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45232141 - Heating works
  • 45233161 - Footpath construction work
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262000 - Special trade construction works other than roof works
  • 45262660 - Asbestos-removal work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45312000 - Alarm system and antenna installation work
  • 45313000 - Lift and escalator installation work
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421000 - Joinery work
  • 45430000 - Floor and wall covering work
  • 45432000 - Floor-laying and covering, wall-covering and wall-papering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 48952000 - Public address systems
  • 50413100 - Repair and maintenance services of gas-detection equipment
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50430000 - Repair and maintenance services of precision equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50610000 - Repair and maintenance services of security 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
  • 50750000 - Lift-maintenance services
  • 51700000 - Installation services of fire protection equipment
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71314000 - Energy and related services
  • 71550000 - Blacksmith services
  • 71620000 - Analysis services
  • 71630000 - Technical inspection and testing services
  • 71700000 - Monitoring and control services
  • 71900000 - Laboratory services
  • 90620000 - Snow-clearing services
  • 90630000 - Ice-clearing services
  • 90650000 - Asbestos removal services
  • 90690000 - Graffiti removal services
  • 90911000 - Accommodation, building and window cleaning services
  • 98510000 - Services of commercial and industrial workers

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Section I.2 – Authority bodies which can use the Contract to access the services are the Authority and the Authority’s arms' length external organisations, which include, but may not be limited to: Routes to Work Ltd, Fusion Assets Ltd, North Lanarkshire Properties LLP and NL Property Investments Ltd. Part II: Information Concerning the Bidder and Part VI: Concluding statements Candidates unable to complete this part of the SPD may be excluded from the Procurement. This requirement is not divided into Lots due to its complexity. The Authority has determined that the application of multiple lots will not be utilised for this Procurement. The decision not to utilise multiple lots is justified as follows; (i) a competitive market exists for the full scope of requirements; (ii) delivery of inter-linked service provision is best delivered through a single Contractor and is a fundamental characteristic of the Enterprise Project delivery model; (iii) the cost of procurement is likely to be higher if lotting is used; (iv) the cost of contract management is also likely to be higher; and (v) lotting may lose potential economies of scale and therefore value of delivering across the geography of North Lanarkshire. The estimated contract value is 1.8bn GBP over the full contract term (including all extensions) based on the Authority’s estimated future budgets for the Services. There is no guarantee of this level of business. The estimated contract value relates to any Services (Core Services and Core Programmes) which may be reasonably required to maintain the Property Portfolio over the contract term as set out in the procurement documents, the provision of such services not to be constrained by the estimated contract value. The estimated value of 1.8bn GBP has a base date of Q2 2022. The procurement will be conducted in accordance with the Public Contracts Scotland Regulations 2015 as amended, and any successor legislation which may follow using the competitive procedure with negotiation as set out in Regulation 30 of the Public Contracts Scotland Regulations 2015. The use of the competitive procedure with negotiation is justified on the basis that the Contract cannot be awarded without prior negotiations. The nature and complexity of the Contract and the need to mitigate risk on technical, financial, legal and reputational dimensions necessitates negotiations. Disclaimer The Authority is not liable for any costs incurred, including in respect of expressing an interest, participating in negotiation or in tendering for this opportunity. The Authority reserves the right to terminate the Procurement (or any part of it) at its own discretion. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21183. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Through the Contract, the Authority is looking for an innovative, step-change approach and delivery model for community benefits which maximises opportunities and achieves significant social and economic outcomes and impact across North Lanarkshire. The Authority expects this approach to be an integral component of all aspects of delivery over the duration of the Contract. There is an expectation that the Contract will deliver the following social value outcomes at scale: 1) employment, education and skills; 2) supply chain development and opportunities; 3) community engagement and capacity building; 4) environmental impact; and 5) innovation. Further details of the Authority’s requirements are provided in the procurement documents. (SC Ref:689448)

Reference

Domains