The procurement documents are available for unrestricted and full direct access, free of charge at:
  II.1.1) Title
Provision of Responsive Repairs and Maintenance Services and Planned Programme and Investment Works to Council Housing Stock
            Reference number: P2247
  II.1.2) Main CPV code
  45300000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  Birmingham City Council is seeking to appoint four Contractors (one for each geographical Lot) for the provision of Responsive Repair & Maintenance Services, Planned Programme and Investment Work relating to the Council's housing stock.
  The contract will be for a period of 10 years with the option to extend for one further period of five years.
  The Council will be using the TAC-1 standard form of contract, which will contain a no-fault break clause provision.  Pricing will be based on a 'price per' approach (PPP/ PPV/ PPGH), with a limited set of exclusions, a basket rates for planned works.
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 984 425 425.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
  
                Maximum number of lots that may be awarded to one tenderer: 1
 
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1: East
    II.2.2) Additional CPV code(s)
    09332000
    45400000
    50510000
    50530000
    50710000
    50720000
    50850000
    51100000
    51510000
    71000000
    II.2.3) Place of performance
    NUTS code:
    UKG
Main site or place of performance:
    Birmingham
    II.2.4) Description of the procurement
    The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
    The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation. 
    The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
    Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
    The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.  
    The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.  
    Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			618 997 320.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 120
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The option to extend for one further period of five years.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Lot 2: North
    II.2.2) Additional CPV code(s)
    09332000
    45400000
    50510000
    50530000
    50710000
    50720000
    50850000
    51100000
    51510000
    71000000
    II.2.3) Place of performance
    NUTS code:
    UKG
Main site or place of performance:
    Birmingham
    II.2.4) Description of the procurement
    The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
    The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation. 
    The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
    Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
    The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.  
    The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.  
    Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			451 388 280.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 120
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The option to extend for one further period of five years.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Lot 3: South
    II.2.2) Additional CPV code(s)
    09332000
    45400000
    50510000
    50530000
    50710000
    50720000
    50850000
    51100000
    51510000
    71000000
    II.2.3) Place of performance
    NUTS code:
    UKG
Main site or place of performance:
    Birmingham
    II.2.4) Description of the procurement
    The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
    The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation. 
    The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
    Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
    The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.  
    The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.  
    Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			1 307 191 260.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 120
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The option to extend for one further period of five years.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Lot 4: West Central
    II.2.2) Additional CPV code(s)
    09332000
    45400000
    50510000
    50530000
    50710000
    50720000
    50850000
    51100000
    51510000
    71000000
    II.2.3) Place of performance
    NUTS code:
    UKG
Main site or place of performance:
    Birmingham
    II.2.4) Description of the procurement
    The Council wishes to establish a Contract to provide a day to day repair service, (including 24 hours cover for emergency repairs); repair work to void properties prior to re-letting; planned maintenance and improvement programmes; repair and maintenance service to sundry servicing items; gas and heating installations; electrical testing; the potential of some retrofit works to the Council's housing stock to reduce carbon impact, disabled adaptations; inspection services; planning supervisor services; design specification; work planning and quality control, together with customer relations and the appropriate financial and administrative support.
    The scope of the gas and heating installations, servicing and maintenance workstream will include providing an annual service to all appliances, in line with the Council's statutory obligation. 
    The Call Management function will be carried out by the Council's in-house corporate contact centre function supported by Contractors with an out of hours service (call handling and carrying out emergency repairs). Contractors will be expected to work with the in-house service and interface with its systems to provide an effective repair reporting facility.
    Core IT systems used by the Council are set out in the Contract Documents and associated appendices. Contractors will be required to utilise and/or integrate with the Council's systems fully.
    The Council has established key performance indicators which the Contractor will be expected to consistently meet, with an emphasis on improving performance to enhance customer satisfaction.  
    The Contractor is expected to provide their own accommodation (depot, offices, stores, other) to facilitate delivery of the in-scope services and workstreams.  
    Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives. Accordingly, contract documents may relate to social, economic and environmental considerations.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			606 848 565.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 120
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The option to extend for one further period of five years.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No