Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dacorum Borough Council Responsive Repairs, Cyclical Maintenance and General Build Services

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04cecb
Published by:
Dacorum Borough Council
Authority ID:
AA23405
Publication date:
26 February 2025
Deadline date:
14 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71220000 Architectural design services Architectural and related services
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
79512000 Call centre Telephone-answering services
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
34928200 Fences Road furniture
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421140 Installation of metal joinery except doors and windows Joinery work
45421132 Installation of windows Joinery work
45320000 Insulation work Building installation work
45421000 Joinery work Joinery and carpentry installation work
71420000 Landscape architectural services Urban planning and landscape architectural services
50000000 Repair and maintenance services Other Services
45261410 Roof insulation work Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45321000 Thermal insulation work Insulation work

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.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurementaltair@altairltd.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.