Notice Information
Notice Title
South Cambridgeshire District Council - Repairs, Maintenance and Asset Services
Notice Description
Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed). n addition to the above work, the Council is also keen for its Home Improvement Agency, Private Sector Leasing Scheme (Shire Homes) and its Housing Company (Ermine Street) to have access to the new repairs contract arrangements, as well as, potentially, other local authorities. To incorporate the use of the contract by the above the total annual contract value for contract notice purposes will be PS7.9m, an increase PS0.5m.
Lot Information
Lot 1
Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).
Options: The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice.
Renewal: The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029e0c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018642-2021
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45000000 - Construction work
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £111,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Aug 20214 years ago
- Submission Deadline
- 12 Aug 2021Expired
- Future Notice Date
- 30 Jun 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- In approximately 5 years to 15 years dependent on whether options are exercised.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH CAMBRIDGESHIRE DISTRICT COUNCIL
- Contact Name
- Mr Sean Missin
- Contact Email
- sean.missin@scambs.gov.uk
- Contact Phone
- +44 1954713378
Buyer Location
- Locality
- CAMBOURNE
- Postcode
- CB23 6EA
- Post Town
- Cambridge
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- Not specified
-
- Local Authority
- South Cambridgeshire
- Electoral Ward
- Cambourne
- Westminster Constituency
- St Neots and Mid Cambridgeshire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029e0c-2021-08-03T15:43:00+01:00",
"date": "2021-08-03T15:43:00+01:00",
"ocid": "ocds-h6vhtk-029e0c",
"initiationType": "tender",
"tender": {
"id": "DN533707",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "South Cambridgeshire District Council - Repairs, Maintenance and Asset Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed). n addition to the above work, the Council is also keen for its Home Improvement Agency, Private Sector Leasing Scheme (Shire Homes) and its Housing Company (Ermine Street) to have access to the new repairs contract arrangements, as well as, potentially, other local authorities. To incorporate the use of the contract by the above the total annual contract value for contract notice purposes will be PS7.9m, an increase PS0.5m.",
"lots": [
{
"id": "1",
"description": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).",
"status": "active",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "As set out in the Selection Questionnaire"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice."
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
]
}
],
"communication": {
"futureNoticeDate": "2021-07-01T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 111000000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2021-08-12T13:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-09-08T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "In approximately 5 years to 15 years dependent on whether options are exercised."
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545"
},
"newValue": {
"text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545"
},
"where": {
"section": "1.3",
"label": "the Link"
}
},
{
"oldValue": {
"text": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed)."
},
"newValue": {
"text": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed)."
},
"where": {
"section": "ii.1.4",
"label": "Short description"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "Value excluding VAT: PS111,000,000"
},
"newValue": {
"text": "Value excluding VAT: PS118,500,000"
},
"where": {
"section": "ii.1.5",
"label": "Estimated total value"
}
},
{
"oldValue": {
"text": "The contract involves joint procurement - currently blank."
},
"newValue": {
"text": "The contract involves joint procurement - ticked and the following parties added: South Cambridgeshire District Councils Home Improvement Agency (HIA), Private Sector Leasing Scheme (Shire Homes), SCDC's Housing Company trading as Ermine Street. HUNTINGDONSHIRE DISTRICT COUNCIL DISTRICT COUNCIL Pathfinder House, St Mary's Street, Huntingdon, Cambridgeshire, PE29 3TN Cambridge City Council The Guildhall Peas Hill Cambridge CB2 3QJ"
},
"where": {
"section": "i.2",
"label": "The contract involves joint procurement - currently blank"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-3503",
"name": "South Cambridgeshire District Council",
"identifier": {
"legalName": "South Cambridgeshire District Council"
},
"address": {
"streetAddress": "South Cambridgeshire Hall, Cambourne Business Park",
"locality": "Cambourne",
"region": "UK",
"postalCode": "CB23 6EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Sean Missin",
"telephone": "+44 1954713378",
"email": "sean.missin@scambs.gov.uk",
"url": "https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.scambs.gov.uk",
"buyerProfile": "https://www.scambs.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-22294",
"name": "South Cambridgshire District Council",
"identifier": {
"legalName": "South Cambridgshire District Council"
},
"address": {
"streetAddress": "Cambourne Business Park",
"locality": "Cambourne",
"postalCode": "CB23 6EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1954713378",
"email": "sean.missin@scambs.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3503",
"name": "South Cambridgeshire District Council"
},
"language": "en"
}