Notice Information
Notice Title
P0787 Provision of Responsive Repairs and Maintenance Services, Gas and Heating Servicing, Capital Improvement Work including Major Adaptions and Retrofit Works to Council Housing Stock
Notice Description
Birmingham City Council is seeking to appoint two Contractors (one for each lot) for the provision of responsive repair and maintenance services, gas and heating servicing and capital improvement work programmes (including major adaptations and retrofit works) relating to the Council's housing stock. We invite all interested contractors to a virtual suppliers' information event via MS Teams on the24th January 2023 from 10:00 to 12:00 GMT. To book a place at this event, please complete the online booking form by no later than 5.00 p.m. on Monday 23rd January 2023 by copying and pasting the following web link into your web browser: https://forms.office.com/e/9hDpgcuarT This event will take place virtually with further information being sent nearer the time. A maximum of two representatives per organisation will be able to attend.
Lot Information
North, West and East
Birmingham City Council is the largest local authority in Europe and one of the largest social landlords in the country with a stock portfolio of approximately 60,000 properties. 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; cyclical repairs; planned maintenance and improvement programmes; 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 specification requires a full service and not just a safety check and to carry out all gas and heating repairs and supplying and fitting any parts. Obsolete boilers are currently replaced at the discretion of the Council through its capital programme. 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. The contract will be for a period of five years with the option to extend for one further period of five years. The Council will be using bespoke contract terms, which will contain a no-fault break clause provision. Pricing will be based on a 'price per' approach (PPP/ PPV/PPGH), with a limited set of exclusions, a basket rates for planned works and standalone projects separately priced. The Council is committed to providing quality services to customers. Contractors are expected to assist the Council in achieving and furthering this objective through continuous service improvement and improving value for money. The Council has established key performance indicators which the contractors will be expected to consistently meet.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.
Renewal: The contract will be for a period of five years with the option to extend for one further period of five years.
SouthBirmingham City Council is the largest local authority in Europe and one of the largest social landlords in the country with a stock portfolio of approximately 60,000 properties. 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; cyclical repairs; planned maintenance and improvement programmes; 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 specification requires a full service and not just a safety check and to carry out all gas and heating repairs and supplying and fitting any parts. Obsolete boilers are currently replaced at the discretion of the Council through its capital programme. 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. The contract will be for a period of five years with the option to extend for one further period of five years. The Council will be using bespoke contract terms, which will contain a no-fault break clause provision. Pricing will be based on a 'price per' approach (PPP/ PPV/PPGH), with a limited set of exclusions, a basket rates for planned works and standalone projects separately priced. The Council is committed to providing quality services to customers. Contractors are expected to assist the Council in achieving and furthering this objective through continuous service improvement and improving value for money. The Council has established key performance indicators which the contractors will be expected to consistently meet. 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.
Renewal: The contract will be for a period of five years with the option to extend for one further period of five years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03925f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001366-2023
- 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
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
09330000 - Solar energy
45200000 - Works for complete or part construction and civil engineering work
45300000 - Building installation work
45400000 - Building completion work
50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
50530000 - Repair and maintenance services of machinery
50700000 - Repair and maintenance services of building installations
50850000 - Repair and maintenance services of furniture
51100000 - Installation services of electrical and mechanical equipment
51510000 - Installation services of general-purpose machinery and equipment
71000000 - Architectural, construction, engineering and inspection services
71600000 - Technical testing, analysis and consultancy services
Notice Value(s)
- Tender Value
- £1,400,000,000 £1B-£10B
- Lots Value
- £923,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Jan 20233 years ago
- Submission Deadline
- 24 Feb 2023Expired
- Future Notice Date
- 16 Jan 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BIRMINGHAM CITY COUNCIL
- Contact Name
- Lucy Ford
- Contact Email
- lucy.ford@birmingham.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B4 7WB
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- TLG3 West Midlands, TLG31 Birmingham
-
- Local Authority
- Birmingham
- Electoral Ward
- Newtown
- Westminster Constituency
- Birmingham Ladywood
Further Information
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-03925f-2023-01-17T10:43:56Z",
"date": "2023-01-17T10:43:56Z",
"ocid": "ocds-h6vhtk-03925f",
"initiationType": "tender",
"tender": {
"id": "2023/S 000-001326",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "P0787 Provision of Responsive Repairs and Maintenance Services, Gas and Heating Servicing, Capital Improvement Work including Major Adaptions and Retrofit Works to Council Housing Stock",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
"mainProcurementCategory": "works",
"description": "Birmingham City Council is seeking to appoint two Contractors (one for each lot) for the provision of responsive repair and maintenance services, gas and heating servicing and capital improvement work programmes (including major adaptations and retrofit works) relating to the Council's housing stock. We invite all interested contractors to a virtual suppliers' information event via MS Teams on the24th January 2023 from 10:00 to 12:00 GMT. To book a place at this event, please complete the online booking form by no later than 5.00 p.m. on Monday 23rd January 2023 by copying and pasting the following web link into your web browser: https://forms.office.com/e/9hDpgcuarT This event will take place virtually with further information being sent nearer the time. A maximum of two representatives per organisation will be able to attend.",
"value": {
"amount": 1400000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"maximumLotsBidPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "North, West and East",
"description": "Birmingham City Council is the largest local authority in Europe and one of the largest social landlords in the country with a stock portfolio of approximately 60,000 properties. 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; cyclical repairs; planned maintenance and improvement programmes; 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 specification requires a full service and not just a safety check and to carry out all gas and heating repairs and supplying and fitting any parts. Obsolete boilers are currently replaced at the discretion of the Council through its capital programme. 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. The contract will be for a period of five years with the option to extend for one further period of five years. The Council will be using bespoke contract terms, which will contain a no-fault break clause provision. Pricing will be based on a 'price per' approach (PPP/ PPV/PPGH), with a limited set of exclusions, a basket rates for planned works and standalone projects separately priced. The Council is committed to providing quality services to customers. Contractors are expected to assist the Council in achieving and furthering this objective through continuous service improvement and improving value for money. The Council has established key performance indicators which the contractors will be expected to consistently meet.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.",
"status": "active",
"value": {
"amount": 870000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be for a period of five years with the option to extend for one further period of five years."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "At the conclusion of the Selection Questionnaire stage, the intention is to arrive at a shortlist of five Applicants for each Lot, being the five highest scoring compliant Applicants to take forward to the ISIT stage. The Council reserves the right to shortlist six Applicants for each Lot, where the percentage difference in score between the fifth and sixth Applicant is less than 2%. For the avoidance of doubt, whilst the Council intends to shortlist the five highest scoring compliant Applicants, should fewer than five Applicants successfully pass the requirements of the Selection Questionnaire, this will not affect the Council's ability to proceed with the procurement process (having regard to the provisions of Regulation 65)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "South",
"description": "Birmingham City Council is the largest local authority in Europe and one of the largest social landlords in the country with a stock portfolio of approximately 60,000 properties. 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; cyclical repairs; planned maintenance and improvement programmes; 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 specification requires a full service and not just a safety check and to carry out all gas and heating repairs and supplying and fitting any parts. Obsolete boilers are currently replaced at the discretion of the Council through its capital programme. 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. The contract will be for a period of five years with the option to extend for one further period of five years. The Council will be using bespoke contract terms, which will contain a no-fault break clause provision. Pricing will be based on a 'price per' approach (PPP/ PPV/PPGH), with a limited set of exclusions, a basket rates for planned works and standalone projects separately priced. The Council is committed to providing quality services to customers. Contractors are expected to assist the Council in achieving and furthering this objective through continuous service improvement and improving value for money. The Council has established key performance indicators which the contractors will be expected to consistently meet. 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.",
"status": "active",
"value": {
"amount": 53000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be for a period of five years with the option to extend for one further period of five years."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "At the conclusion of the Selection Questionnaire stage, the intention is to arrive at a shortlist of five Applicants for each Lot, being the five highest scoring compliant Applicants to take forward to the ISIT stage. The Council reserves the right to shortlist six Applicants for each Lot, where the percentage difference in score between the fifth and sixth Applicant is less than 2%. For the avoidance of doubt, whilst the Council intends to shortlist the five highest scoring compliant Applicants, should fewer than five Applicants successfully pass the requirements of the Selection Questionnaire, this will not affect the Council's ability to proceed with the procurement process (having regard to the provisions of Regulation 65)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45400000",
"description": "Building completion work"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "50510000",
"description": "Repair and maintenance services of pumps, valves, taps and metal containers"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "51510000",
"description": "Installation services of general-purpose machinery and equipment"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "09330000",
"description": "Solar energy"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "50850000",
"description": "Repair and maintenance services of furniture"
}
],
"deliveryAddresses": [
{
"region": "UKG3"
},
{
"region": "UKG31"
}
],
"deliveryLocation": {
"description": "Birmingham"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09330000",
"description": "Solar energy"
},
{
"scheme": "CPV",
"id": "45400000",
"description": "Building completion work"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "50510000",
"description": "Repair and maintenance services of pumps, valves, taps and metal containers"
},
{
"scheme": "CPV",
"id": "51510000",
"description": "Installation services of general-purpose machinery and equipment"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "50850000",
"description": "Repair and maintenance services of furniture"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
}
],
"deliveryAddresses": [
{
"region": "UKG3"
},
{
"region": "UKG31"
}
],
"deliveryLocation": {
"description": "Birmingham"
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-01-16T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.in-tendhost.co.uk/birminghamcc",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2023-04-06T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2023-02-24T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Value excluding VAT: PS870,000,000"
},
"newValue": {
"text": "Value excluding VAT: PS87,000,000"
},
"where": {
"section": "11.2.6",
"label": "Value excluding VAT:"
},
"relatedLot": "1"
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "Value excluding VAT: PS87,000,000"
},
"newValue": {
"text": "Value excluding VAT: PS870,000,000"
},
"where": {
"section": "11.2.6",
"label": "Value excluding VAT:"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "Value excluding VAT: PS53,000,000"
},
"newValue": {
"text": "Value excluding VAT: PS530,000,000"
},
"where": {
"section": "11.2.6",
"label": "Value excluding VAT:"
},
"relatedLot": "2"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-5375",
"name": "Birmingham City Council",
"identifier": {
"legalName": "Birmingham City Council"
},
"address": {
"streetAddress": "10 Woodcock Street",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B4 7WB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Lucy Ford",
"email": "lucy.ford@birmingham.gov.uk",
"url": "http://www.in-tendhost.co.uk/birminghamcc"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.birmingham.gov.uk/",
"buyerProfile": "http://www.in-tendhost.co.uk/birminghamcc",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-935",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5375",
"name": "Birmingham City Council"
},
"language": "en"
}