Public Sector Network Tender Alert

 

5749-2013: UK-Croydon: Repair and maintenance services

The Council is seeking expressions of interest from suitably qualified and experienced Service Providers to enter into a sole arrangement to deliver a range of responsive repairs, void reinstatement, gas repairs and maintenance and general building services for its housing stock, including (but not necessarily limited to) day-to-day responsive repairs, void reinstatement, gas servicing and repairs, some elements of cyclical testing programmes, general building works such as replacement kitchens, bathrooms, internal remodelling and electrical works Supporting the delivery of these frontline services the Service Provider will also need to provide Information and Communications Technology (ICT) to support the effective delivery of the services and to exchange and interface service information with the Council and some or all elements of customer management with the option to include the prime responsibility for initial customer contact including an out of hours calls service.
The proposal is to seek tenders based upon a price per property model for each of the relevant services supported by a schedule of rates for planned maintenance works or any services and any other services which are not incorporated into the price per property methodology.
The annual estimated value of works and services that is envisaged to be delivered under the Contract will be £10m - £12m. These services are expected to be provided to approximately 16,000 plus relevant properties in the first year of the contract but this number is likely to vary over the lifetime of the contract. Planned works may be delivered through this contract on an ad-hoc basis in addition to the Council's existing and future arrangements for the delivery of these services.
The scope of services for this procurement also covers assets and properties related to this area of service including (but not limited to): estates-based assets such as garages, playgrounds, and estates infrastructure such as signage and lighting; supported and sheltered accommodation; internal and external communal areas, other properties which the Council uses now or in the future for the purposes of housing people; similar properties where the Council has a responsibility to maintain or repair properties although it may not be the owner of such properties and other tenanted properties which relate to the Council's delivery of its social housing agenda.
The contract is proposed to commence in April 2014 for an initial period of seven (7) years but with options on the part of the Council to extend by a further four (4) years, and then by an additional four (4) years (to make a maximum period of 15 years).
The Council proposes to enter into a form of contract with the appointed service provider based on the standard contract for term partnering (TPC2005 amended 2008 with bespoke amendments).
The Council proposes to use the competitive dialogue procedure for the purposes of procuring the services and tenders will be evaluated on the basis of the most economically advantageous tender. The Council proposes to use the process of dialogue to explore key service delivery and commercial issues such as approaches to customer management, the price per property model and any other areas that are material to the development of a solution which is capable of meeting the Council's requirements
It is also intended that the Contract should be part of the Council's wider focus on ensuring that its economic activity is a catalyst for regeneration within the London Borough of Croydon. The Service Provider will therefore be required to actively participate in achieving these objectives and contract performance conditions may be imposed which relate to social and environmental considerations. The Service Provider's technical capability to meet these requirements will also be assessed at the pre- qualification stage and criteria which assess the manner in which the Service Provider will meet these requirements may also be included among the contract award criteria. Further details will be provided in the pre-qualification documents and Tender Documents.
The Council considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (“TUPE”) (as amended, re-enacted or consolidated) may apply to this contract. The purpose of TUPE is to preserve continuity of employment and to safeguard employment rights of all employees whose employment transfers to a new employer as a result of a relevant transfer.

Ref: 171/2012DASHH,

Contact:

London Borough of Croydon
Commissioning and Procurement Team, 10th Floor, Taberner House, Park Lane
For the attention of: Henrietta Jacobs
CR9 3JS Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: housingprocurement@croydon.gov.uk
Internet address(es):
General address of the contracting authority: www.croydon.gov.uk
Address of the buyer profile: http://www.croydon.gov.uk/business/tenders/
Further information can be obtained from: www.londontenders.org
Internet address: www.londontenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.londontenders.org
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: www.londontenders.org
Internet address: www.londontenders.org

Contract value: Estimated value excluding VAT: Range: between 150 000 000 and 270 000 000 GBP

Published: 8 Jan 2013, Receipt by: 15 Feb 2013