Housing Maintenance & Repair

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Dps (Services)
Duration
4 year
Value
£500M
Sector
CONSTRUCTION
Published
07 Nov 2022
Delivery
To 04 Jan 2031 (est.)
Deadline
25 Jan 2027 00:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

This dynamic purchasing system (DPS) provides a compliant, one stop shop for all aspects of housing maintenance & repair for both tenanted and void/vacant properties. Featuring a vast range of both planned and reactive maintenance & repair services, the agreement also provides access to essential compliance services such as fire safety, electrical testing & asbestos management. It can help achieve Net Zero goals with PAS 2030/35 certified suppliers offering Whole Home Retrofit services and it also features Housing Portfolio Management, for customers looking to manage their housing stock and handle areas such as move ins/outs, disposals and put in place a centralised service to manage and fulfil repair requests.

Total Quantity or Scope

Housing Maintenance & Repair Services

Renewal Options

Customers may enter into a contract with a supplier for a period of their determining, up to an Contract Initial Period of a maximum of sixty (60) months, which may exceed the duration of the RM6241 DPS Agreement. In the event that the RM6241 DPS Agreement is terminated, CCS shall give the Supplier no less than three (3) Months written notice.

CPV Codes

  • 50000000 - Repair and maintenance services
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 42513000 - Refrigerating and freezing equipment
  • 43325100 - Grounds-maintenance equipment
  • 44221220 - Fire doors
  • 44221240 - Garage doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45211310 - Bathrooms construction work
  • 45232451 - Drainage and surface works
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45246400 - Flood-prevention works
  • 45259900 - Plant upgrade work
  • 45260000 - Roof works and other special trade construction works
  • 45261300 - Flashing and guttering work
  • 45262000 - Special trade construction works other than roof works
  • 45262100 - Scaffolding work
  • 45262500 - Masonry and bricklaying work
  • 45262600 - Miscellaneous special-trade construction work
  • 45262660 - Asbestos-removal work
  • 45262670 - Metalworking
  • 45262690 - Refurbishment of run-down buildings
  • 45300000 - Building installation work
  • 45312100 - Fire-alarm system installation work
  • 45313000 - Lift and escalator installation work
  • 45320000 - Insulation work
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331231 - Installation work of refrigeration equipment
  • 45333000 - Gas-fitting installation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45343000 - Fire-prevention installation works
  • 45343200 - Firefighting equipment installation work
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421148 - Installation of gates
  • 45421151 - Installation of fitted kitchens
  • 45421160 - Ironmongery work
  • 45430000 - Floor and wall covering work
  • 45450000 - Other building completion work
  • 45451000 - Decoration work
  • 45453000 - Overhaul and refurbishment work
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 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
  • 50740000 - Repair and maintenance services of escalators
  • 50750000 - Lift-maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 65200000 - Gas distribution and related services
  • 65300000 - Electricity distribution and related services
  • 70333000 - Housing services
  • 71250000 - Architectural, engineering and surveying services
  • 71300000 - Engineering services
  • 71313000 - Environmental engineering consultancy services
  • 71314000 - Energy and related services
  • 71315000 - Building services
  • 71317000 - Hazard protection and control consultancy services
  • 71317200 - Health and safety services
  • 71320000 - Engineering design services
  • 71330000 - Miscellaneous engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71350000 - Engineering-related scientific and technical services
  • 71421000 - Landscape gardening services
  • 71500000 - Construction-related services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 75251100 - Firefighting services
  • 75251110 - Fire-prevention services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 79415200 - Design consultancy services
  • 79512000 - Call centre
  • 79710000 - Security services
  • 79900000 - Miscellaneous business and business-related services
  • 90490000 - Sewer survey and sewage treatment consultancy services
  • 90650000 - Asbestos removal services
  • 90700000 - Environmental services
  • 90711100 - Risk or hazard assessment other than for construction
  • 90721800 - Natural risks or hazards protection services
  • 90900000 - Cleaning and sanitation services
  • 90915000 - Furnace and chimney cleaning services
  • 98395000 - Locksmith services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right: (i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers. (iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used. We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the Competition Procedure. It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly. CCS and the Buyer reserves the right to include selection criteria to assess compliance with PPN 04/15 Past Performance in further competitions run from this DPS. CCS will assess whether the selection criterion in the PPN is met on request from the DPS user prior to the proposed conclusion of an order contract with a total value of £20 million or greater (excluding VAT). Failure to meet the selection criteria will render the Supplier ineligible for that order contract. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications. Cyber Essentials is a mandatory requirement for central government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement

Reference

Domains