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

Contract for Day to Day Reactive Repairs, Void Property Repairs, Major Works and Out of Hours Emerge

  • First published: 06 May 2019
  • Last modified: 06 May 2019
  • 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:
Published by:
Dartford Borough Council
Authority ID:
AA20111
Publication date:
06 May 2019
Deadline date:
03 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking a contractor to provide a comprehensive maintenance service, to the Council’s 4 220 approx properties including approx 370 leaseholders, 14 sheltered schemes and 1 200 garages. The Council’s housing stock is comprised of mainly traditional housing however there are approx. 146 non-traditional properties, approx. 1 808 flats of which approx. 921 are between 3-5 storeys (there are no high rise — above 5 storeys) and approx. 240 bungalows. The contract will be let on an “all-inclusive” basis incorporating the NHF Schedule of Rates v6.3 and v7.1 contract/preliminaries suite of documentation and is likely to involve work under all building trades but excluding gas appliance servicing, repairs and installations. Separate contracts will not be awarded for the individual trades encompassed within this contract. The envisaged scope of the works to be included under this contract is likely to comprise (but is not limited to) day to day reactive repairs including daytime and out of hours emergency works, void property repairs and improvements and capital programmed improvement and disabled adaptation works. The contractor will be required to provide a customer focused service and show a commitment to providing effective services that provide value for money to both the Council and its residents. The proposed contract period will be initially 5 years commencing on or about 1.4.2020 with the option for the Council to extend the initial period by up to a further 10 years in 2 or more extensions of whatever period the Council decides. The Council reserves the right to withdraw from the procurement procedure at anytime without awarding a contract. Applicants are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement process irrespective of whether the procedure is completed or is abandoned without an award. The Council cannot guarantee the extent or value of any works that may undertaken under the proposed contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Dartford Borough Council

Civic Centre, Home Gardens

Dartford

DA1 1DR

UK

Contact person: Dartford Borough Council Procurement Team

Telephone: +44 1322343434

E-mail: procurement@dartford.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.dartford.gov.uk/

Address of the buyer profile: http://www.dartford.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Contract for Day to Day Reactive Repairs, Void Property Repairs, Major Works and Out of Hours Emergency Works

Reference number: DN407468

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The envisaged scope of the works under this contract comprises day to day reactive repairs including daytime and out of hours emergency works, void property repairs and improvements and capital programmed improvement and disabled adaptation works. The contractor will be required to provide a customer focused service and show a commitment to providing effective services that provide value for money to both Dartford Borough Council (the “Council”) and its residents. The contractor will be required to make a social value contribution through provision of trade apprenticeships, training schemes, courses and other employment initiatives to local residents. Gas, gas heating and related works are not included in the contract. Any contract awarded will be to a single contractor. It will not be divided into lots because the Council does not consider it economically viable for them to do so.

II.1.5) Estimated total value

Value excluding VAT: 108 786 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The Council is seeking a contractor to provide a comprehensive maintenance service, to the Council’s 4 220 approx properties including approx 370 leaseholders, 14 sheltered schemes and 1 200 garages. The Council’s housing stock is comprised of mainly traditional housing however there are approx. 146 non-traditional properties, approx. 1 808 flats of which approx. 921 are between 3-5 storeys (there are no high rise — above 5 storeys) and approx. 240 bungalows. The contract will be let on an “all-inclusive” basis incorporating the NHF Schedule of Rates v6.3 and v7.1 contract/preliminaries suite of documentation and is likely to involve work under all building trades but excluding gas appliance servicing, repairs and installations. Separate contracts will not be awarded for the individual trades encompassed within this contract. The envisaged scope of the works to be included under this contract is likely to comprise (but is not limited to) day to day reactive repairs including daytime and out of hours emergency works, void property repairs and improvements and capital programmed improvement and disabled adaptation works. The contractor will be required to provide a customer focused service and show a commitment to providing effective services that provide value for money to both the Council and its residents. The proposed contract period will be initially 5 years commencing on or about 1.4.2020 with the option for the Council to extend the initial period by up to a further 10 years in 2 or more extensions of whatever period the Council decides. The Council reserves the right to withdraw from the procurement procedure at anytime without awarding a contract. Applicants are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement process irrespective of whether the procedure is completed or is abandoned without an award. The Council cannot guarantee the extent or value of any works that may undertaken under the proposed contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180

This contract is subject to renewal: No

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: Yes

Description of options:

See Additional Information VI.3).

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 estimated contract value is not guaranteed as it is dependent on available funding which is influenced by changes in Central Government and Council policy. The Council reserves the right to withdraw from the procurement procedure at anytime without awarding a contract. Applicants are to be responsible for all of the costs and expenses they incur as a result of participating in this procurement.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

III.2.2) Contract performance conditions

Key performance indicators (KPIs) are incorporated into the contract, including but not limited to:

KPI 1 Customer Satisfaction — overall;

KPI 2 Employment of Staff living local to the Borough of Dartford;

KPI 3 Time — Responsive Maintenance completed in time;

KPI 4 Time — Voids completed in time;

KPI 5 Safety — Service Provider’s accident record;

KPI 6 First time fix (Responsive Maintenance);

KPI 7 Recalls to Defects during the Defects Liability Period;

KPI 8 Default Notices issued.

The Council reserves the right to review the KPIs on an annual basis and may look to replace, withdraw or add additional KPIs those provided within the KPI Framework. In addition, the Council may require the contractor to produce a suite of management information and non-key performance indicators to support the delivery and provide deeper analysis of the KPIs.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/06/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/07/2019

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Council reserves the right to withdraw from this procurement procedure at anytime without awarding a contract. Candidates shall be responsible for the costs and expenses they incur as a result of participating in this procurement process. The Council and or its advisors shall not be liable for and will not pay any costs in respect of the preparation of any pre-qualification or subsequent tender submission of any applicant or bidder whether they are successful or unsuccessful. This shall equally apply in the event that the procurement process is postponed, cancelled or abandoned by the Council at any stage and for whatever reason. Candidates shall be deemed to have unequivocally accepted this as a condition precedent to participation in this procurement process.

Options:

1) The proposed contract period will be initially 5 years commencing on or about 1.4.2020 with an option for the Council to extend the initial period by up to a further 10 years in 2 or more extensions of whatever period the Council decides;

2) Tenderers will be required to submit two alternative price tenders, 1 based on percentage adjustments to the pre-priced NHF Schedule of Rates and another based on price per property and price per void. Full details of the alternative tenders is included in the procurement documents and both alternatives will be evaluated and contribute towards any contract award decision. The Council intends to commence the contract using the Schedule of Rates with percentage adjustment and will have the option to either, continue on that basis for the duration of the contract, or at any time in the change to price per property and price per void.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2 2LL

UK

Telephone: +44 2079476000

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

WC2 2LL

UK

Telephone: +44 2079476000

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of any contract is communicated to all tenderers. The standstill period provides time for unsuccessful contractors to challenge the award decision before a contract is signed. The Public Contract Regulations 2015 provide for parties who are aggrieved by any breach of the Regulations to take action in the Royal Courts of Justice.

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 4AS

UK

E-mail: servicedesk@cabinet-office.gsi.gov.uk

VI.5) Date of dispatch of this notice

01/05/2019

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services

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:
procurement@dartford.gov.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.