Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


Housing Repairs, Maintenance and Capital Works Programme (Великобритания (Англия, Шотландия, Уэльс) - Тендер #44325006)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: The Royal Borough of Kingston upon Thames
Номер конкурса: 44325006
Дата публикации: 28-07-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Title: Housing Repairs, Maintenance and Capital Works Programme
OCID: ocds-h6vhtk-03eaf4
Published by: The Royal Borough of Kingston upon Thames
Authority ID: AA36414
Publication Date: 28/07/2023
Deadline Date: 01/09/2023
Deadline Time: 12:00
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:

The Royal Borough of Kingston (the "Authority") is seeking expressions of interest from suitably qualified and experienced Providers to enter into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together as the "Works") to various of its residential housing stock comprising approximately 6,500 properties of which approximately 1,500 are leasehold. The Authority intends to enter into the Term Alliance Contract, TAC-1 2016 for an initial period of four years and six months extendable at the Authority"s sole discretion for a further five years to a maximum term of ten years plus 12 months latent defect period.

The Works include the following workstreams:

i) A 24/7 365 day to day responsive repairs and maintenance service including electrical repairs and void (empty) property repairs and refurbishment.

ii) A 3 star gas servicing and repairs service for domestic and communal boilers.

iii) Operation and management of the Repairs Contact Centre.

iv) A programme of domestic electrical installation testing and subsequent remedial works to dwellings and communal areas.

v) Planned testing and maintenance to communal and emergency lighting installations.

vi) Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility.

vii) Planned preventative maintenance to booster pump sets.

viii) A programme of pre-paint repairs and cyclical decorations.

viiii) A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring, roofs, windows and doors, rainwater goods and measures to reduce carbon emissions from the housing stock and improve thermal efficiency. The estimated value of the Works and services quoted at II.1.5 includes for all work streams.

The turnover requirement for this contract is £33,000,000 (being two times the annual

contract value). Applicants must also meet certain financial ratios, which are set out in more

detail in the guidance for completion of the Selection Questionnaire.

It is our intention to run the procurement using the Competitive Dialogue process in line with Regulation 30 Public Contract Regulations 2015.

Print or Save this Notice Download PDF Download HTML Download XML

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2, High Street

Kingston upon Thames

KT1 1EU

UK

Contact person: RBK Commissioning Team

Telephone: +44 2085475000

E-mail: commissioning@kingston.gov.uk

NUTS: UKI63

Internet address(es)

Main address: http://www.kingston.gov.uk

Address of the buyer profile: http://www.kingston.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Housing Repairs, Maintenance and Capital Works Programme

Reference number: DN673647

II.1.2) Main CPV code

45453000

II.1.3) Type of contract

Works

II.1.4) Short description

The provision of repairs and maintenance services, void property refurbishments, gas servicing and repairs, electrical testing and remedial works and various programmes of planned component replacement works to Council"s social housing stock. The Authority intends to enter into contract with the successful Lead Provider under a bespoke form of TAC-1 Term Alliance Contract-1 for an initial period of four years and six months, with option to extend for further five years. The works and services comprising the proposed Contract are set out in more detail at Section II.2.4 of this Notice and are further described in the CPV Codes at section II.2.2 and the draft Term Brief available from the website shown at Section I.3

II.1.5) Estimated total value

Value excluding VAT: 165 000 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

09300000

24962000

33196000

35121700

39141000

39144000

44000000

45000000

50000000

77314000

90650000

II.2.3) Place of performance

NUTS code:

UKI63

II.2.4) Description of the procurement

The Royal Borough of Kingston (the "Authority") is seeking expressions of interest from suitably qualified and experienced Providers to enter into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together as the "Works") to various of its residential housing stock comprising approximately 6,500 properties of which approximately 1,500 are leasehold. The Authority intends to enter into the Term Alliance Contract, TAC-1 2016 for an initial period of four years and six months extendable at the Authority"s sole discretion for a further five years to a maximum term of ten years plus 12 months latent defect period.

The Works include the following workstreams:

i) A 24/7 365 day to day responsive repairs and maintenance service including electrical repairs and void (empty) property repairs and refurbishment.

ii) A 3 star gas servicing and repairs service for domestic and communal boilers.

iii) Operation and management of the Repairs Contact Centre.

iv) A programme of domestic electrical installation testing and subsequent remedial works to dwellings and communal areas.

v) Planned testing and maintenance to communal and emergency lighting installations.

vi) Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility.

vii) Planned preventative maintenance to booster pump sets.

viii) A programme of pre-paint repairs and cyclical decorations.

viiii) A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring, roofs, windows and doors, rainwater goods and measures to reduce carbon emissions from the housing stock and improve thermal efficiency. The estimated value of the Works and services quoted at II.1.5 includes for all work streams.

The turnover requirement for this contract is £33,000,000 (being two times the annual

contract value). Applicants must also meet certain financial ratios, which are set out in more

detail in the guidance for completion of the Selection Questionnaire.

It is our intention to run the procurement using the Competitive Dialogue process in line with Regulation 30 Public Contract Regulations 2015.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Social Value / Weighting: 10

Price / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/10/2024

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Applicants will be required to complete a Selection Questionnaire ("SQ") consistent with The Public Contract Regulations,2015. The criteria for choosing the number of candidates is set out in the SQ i.e. Top five qualified Bidders with the highest scores unless a tie-break situation occurs, whereby we would invite a sixth Bidder. The SQ is available from the website given at I.3 and must be returned by the date stipulated at Section IV.2.2 to the address set out in the Questionnaire pack.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The proposed duration of contract is 4 years and 6 months with an option to extend, subject to the Council"s discretion for a further five years up to a month term of 9 years and six months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority wishes to support people who are unemployed and small medium enterprises to ensure that there is a specific capacity to deliver the Works it requires and to promote sustainability through its procurement. Therefore, this contract may contain community benefit clauses as allowed within Regulation 67 and 70 of the Public Contract Regulations 2015.

Pursuant to the Authority"s climate change agenda, the Provider will be required to agree a Carbon Reduction plan jointly with the Authority with provisions specific to this procurement. Further detail is provided within the procurement pack from the website shown at Section I.3

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Applicants will be required to complete a Selection Questionnaire ("SQ") consistent with The Public Contract Regulations 2015. Suitability to pursue the professional activity required is set out in the SQ. The SQ is available from the website given at I.3 of this Notice and must be returned by the date stipulated at Section IV.2.2 to the address set out in the Questionnaire.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Further information provided within the procurement pack.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/09/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The 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 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 Authority shall be incurred entirely at that Applicant"s/Tenderer"s risk. Applicants are reminded that the SQ and supporting documents are available free of charge to Bidders from the website set out at Section I.3 of this Notice.

If you face technical difficulties in uploading your documents to the E-Tender portal, please contact the ProContract supplier support portal www.proactis.com/uk/support/ or email ProContractSuppliers@proactis.com. Please also notify the Procurement Project Team on +44 208 547 5000 prior to the SQ submission deadline

VI.4) Procedures for review

VI.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

UK

E-mail: commissioning@kingston.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the Public Contracts Regulations 2015 the Authority will

observe a minimum 10 calendar days standstill period at the point information on which

the contract award decision is communicated to Tenderers.

VI.5) Date of dispatch of this notice

27/07/2023


Information added to the notice since publication.

Additional information added to the notice since it"s publication.
No further information has been uploaded.
Main Contact: commissioning@kingston.gov.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
ID Title Parent Category
35121700 Alarm systems Security equipment
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
39144000 Bathroom furniture Domestic furniture
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
77314000 Grounds maintenance services Planting and maintenance services of green areas
39141000 Kitchen furniture and equipment Domestic furniture
33196000 Medical aids Miscellaneous medical devices and products
45453000 Overhaul and refurbishment work Other building completion work
50000000 Repair and maintenance services Other Services
24962000 Water-treatment chemicals Various chemical products

Delivery Locations

Delivery Locations
ID Description
100 UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru