Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dacorum Borough Council
The Forum, Marlowes, Hemel Hempstead, Hertfordshire, HP1 1DN
Hemel Hempstead
UK
E-mail: procurementaltair@altairltd.co.uk
NUTS: UKH23
Internet address(es)
Main address: https://www.dacorum.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Dacorum Borough Council Responsive Repairs, Cyclical Maintenance and General Build Services
Reference number: CPU00545
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
This Council is seeking a single Service Provider to provide Responsive Repairs, Cyclical Maintenance, General Build Services and a Customer Services Centre as outlined below: General and specialist repairs Preventative maintenance Void services Capital / Planned works Fire Safety works minor works Groundworks Minor estate improvements Social Housing Development Fund Disabled Funding Grants (DFGs) separate to Disabled Adaptations Garage refurbishment Customer Services Centre (core and out of hours) The Council is undertaking a two-stage competitive tendering process using the Restricted Procedure to select its Preferred Potential Supplier. The procurement exercise will be conducted in accordance with "Regulations", advertised on "Find a Tender", Contracts Finder and Supply Hertfordshire. The duration of the Contract will be 5 years. Where appropriate, and subject to agreement, the Contract may be extended for a further 5 years to a maximum of 10 years with no further o
II.1.5) Estimated total value
Value excluding VAT:
457 454 308.80
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
45421140
45421130
79512000
71318000
71322000
45261410
45210000
45321000
71240000
45261900
45320000
71251000
45220000
45421132
71320000
71420000
45421100
34928200
71220000
71250000
45421000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
This Council is seeking a single Service Provider to provide Responsive Repairs, Cyclical Maintenance, General Build Services and a Customer Services Centre as outlined below: General and specialist repairs Preventative maintenance Void services Capital / Planned works Fire Safety works minor works Groundworks Minor estate improvements Social Housing Development Fund Disabled Funding Grants (DFGs) separate to Disabled Adaptations Garage refurbishment Customer Services Centre (core and out of hours) The Council is undertaking a two-stage competitive tendering process using the Restricted Procedure to select its Preferred Potential Supplier. The procurement exercise will be conducted in accordance with "Regulations", advertised on "Find a Tender", Contracts Finder and Supply Hertfordshire. The duration of the Contract will be 5 years. Where appropriate, and subject to agreement, the Contract may be extended for a further 5 years to a maximum of 10 years with no further option to extend. The contract’s estimated value for the full term (5-year initial term + 5 year-extension) is between £395,454,308.80 to £457,454,308.80. Please be aware that the estimated values above are not guaranteed and may differ/change throughout the term of the contract. These figures are based on anticipated spend. However, the Council is expecting efficiencies throughout the whole term of the contract. All documents can be obtained through Supply Hertfordshire In-Tend - https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
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:
457 454 308.80
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2026
End:
30/06/2031
This contract is subject to renewal: Yes
Description of renewals:
5 years + 5 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
II.2.14) Additional information
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:
As set out in the Procurement Documents.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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:
14/02/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
17/03/2025
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.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Public Procurement Review Service, Cabinet Office, London, UK
London
UK
Telephone: +44 3450103503
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As above
VI.5) Date of dispatch of this notice
09/01/2025