Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Thanet District Council
Cecil St
Margate
CT9 1AY
UK
Contact person: Procurement Team
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.thanet.gov.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms
Central Court, 1 Knoll Rise, Orpington
Kent
BR6 0JA
UK
Contact person: Procurement Team
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
NUTS: UKJ44
Internet address(es)
Main address: https://www.effefftee.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
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
T1-7265 Thanet District Council Repairs, Voids, Planned and Compliance Works and SHDF Carbon Works
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
The works will include the delivery of Responsive Repairs, Void Refurbishment Works, Planned Refurbishment Works and Compliance Servicing and Associated Repairs and Installs to properties managed by Thanet District Council. In addition, Thanet District Council will require carbon funded and net zero works to be undertaken. The value of these works is subject to successful finding bids and is therefore in no way guaranteed.
II.1.5) Estimated total value
Value excluding VAT:
135 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Responsive Repairs, Void Refurbishment Works, Planned Works and Compliance Works Contract
II.2.2) Additional CPV code(s)
45453100
50800000
II.2.3) Place of performance
NUTS code:
UKJ44
Main site or place of performance:
Properties owned and managed by Thanet District Council in East Kent.
II.2.4) Description of the procurement
The delivery of a responsive repairs, voids refurbishment work, planned refurbishment works and compliance servicing and associated repairs and installs contract. With A PPP and PPV model for repairs and voids, basket rates and NHF Version 8.0 for planned works and bespoke schedules for compliance workstreams.
The contract will be delivered by a single provider across all stock.
The contract term is likely to be 10 years plus 5.
The contract will commence on 1 April 2025.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
105 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
It is intended that the contract will commence on 1 April 2025, and subject to annual reviews, run for a period of ten years with the option for renewal, as decided by TDC, for an extension of up to a further five years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore 15 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available in response to Part 3 - Q6.
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
The indicative value has been calculated across the maximum term of the Contract and excludes VAT.
Lot No: 2
II.2.1) Title
SHDF Carbon Works and Funding
II.2.2) Additional CPV code(s)
45453100
II.2.3) Place of performance
NUTS code:
UKJ44
Main site or place of performance:
Properties owned and managed by Thanet District Council in East Kent.
II.2.4) Description of the procurement
Thanet District Council will require carbon funded and net zero works to be undertaken. The value of these works is subject to successful finding bids and is therefore in no way guaranteed. The successful Contractor will be responsible for the bid submissions.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
This contract is subject to renewal: Yes
Description of renewals:
It is intended that the contract will commence on 1 April 2025, and subject to annual reviews, run for a period of ten years with the option for renewal, as decided by TDC, for an extension of up to a further five years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore 15 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite Candidates to Tender, who will have achieved the highest score, out of the maximum points available in response to Part 3 - Q6.
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
The indicative value is reflective of the maximum term and is excluding VAT. The indicative value is subject successful bids, future waves of funding and HRA budgeted spend and is therefore not guaranteed and may vary each year.
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 detailed within 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-037911
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/04/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/04/2024
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:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231427.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231427)
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
06/03/2024