Lot No: 1
II.2.1) Title
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
Quality criterion: Quality criteria including Responsive Repairs, Voids, Planned Investment, Gas, Electrical & Sundry Servicing, ICT, Customer Focus, Mobilisation, Strategic Relationship, Route to Zero
/ Weighting: 55%
Quality criterion: Social value criteria including qualitative and quantitative measures
/ Weighting: 15%
Cost criterion: Commercial
/ Weighting: 30%
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
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
Quality criterion: Quality criteria including Responsive Repairs, Voids, Planned Investment, Gas, Electrical & Sundry Servicing, ICT, Customer Focus, Mobilisation, Strategic Relationship, Route to Zero
/ Weighting: 55%
Quality criterion: Social value criteria including qualitative and quantitative measures
/ Weighting: 15%
Cost criterion: Commercial
/ Weighting: 30%
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
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
Quality criterion: Quality criteria including Responsive Repairs, Voids, Planned Investment, Gas, Electrical & Sundry Servicing, ICT, Customer Focus, Mobilisation, Strategic Relationship, Route to Zero
/ Weighting: 55%
Quality criterion: Social value criteria including qualitative and quantitative measures
/ Weighting: 15%
Cost criterion: Commercial
/ Weighting: 30%
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
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
Quality criterion: Quality criteria including Responsive Repairs, Voids, Planned Investment, Gas, Electrical & Sundry Servicing, ICT, Customer Focus, Mobilisation, Strategic Relationship, Route to Zero
/ Weighting: 55%
Quality criterion: Social value criteria including qualitative and quantitative measures
/ Weighting: 15%
Cost criterion: Commercial
/ Weighting: 30%
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
The contract has been awarded to a group of economic operators:
No
The contract has been awarded to a group of economic operators:
No
The contract has been awarded to a group of economic operators:
No
The contract has been awarded to a group of economic operators:
No