Notice Information
Notice Title
Housing Repairs, Maintenance and Capital Works Programme
Notice Description
Following the completed procurement, contract awarded to Breyer Group Plc. The contract is for the provision of repairs and maintenance services, void property refurbishments, gas servicing and repairs, electrical testing and remedial works and various programmes of planned component replacement works to Council's social housing stock.
Lot Information
Lot 1
The Royal Borough of Kingston (the 'Authority') is entering into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together referred to as the 'Works') to various of its residential housing stock comprising approximately 6,500 properties (of which approximately 1,500 are leasehold). The Authority is entering into the Term Alliance Contract (TAC-1 2016 as amended) for an initial period of four years and six months, extendable at the Authority's sole discretion for a further five years to a maximum term of ten years, plus a 12 month latent defect period. The Works will awarded in Orders for each Financial Year within the Authority's available budgets. The annual value of the Works are expected to be approximately PS16.3m based on historic spend levels but they will be subject to change based on the outcome of future stock condition surveys, available funding, and the Authority's strategic investment decisions. The Works include the following workstreams: i) A 24/7 365 day to day responsive repairs and maintenance service including electrical repairs and void (empty) property repairs and refurbishment. ii) A 3 star gas servicing and repairs service for domestic and communal boilers. iii) Operation and management of the Repairs Contact Centre. iv) A programme of domestic electrical installation testing and subsequent remedial works to dwellings and communal areas. v) Planned testing and maintenance to communal and emergency lighting installations. vi) Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility. vii) Planned preventative maintenance to booster pump sets. viii) A programme of pre-paint repairs and cyclical decorations. viiii) A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring, roofs, windows and doors, rainwater goods and measures to reduce carbon emissions from the housing stock and improve thermal efficiency. Additional information: The Authority wishes to support people who are unemployed and small medium enterprises to ensure that there is a specific capacity to deliver the Works it requires and to promote sustainability through its procurement. Therefore, as indicated in the Contract Notice, this contains community benefit clauses as allowed within Regulation 67 and 70 of the Public Contract Regulations 2015.
Options: The proposed duration of contract consists of an initial period of 4 years, 6 months with an option to extend the Term for a further 5 years to a maximum term of 10 years plus 12 months latent defect period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03eaf4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016953-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
24 - Chemical products
33 - Medical equipments, pharmaceuticals and personal care products
35 - Security, fire-fighting, police and defence equipment
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09300000 - Electricity, heating, solar and nuclear energy
24962000 - Water-treatment chemicals
33196000 - Medical aids
35121700 - Alarm systems
39141000 - Kitchen furniture and equipment
39144000 - Bathroom furniture
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45000000 - Construction work
45453000 - Overhaul and refurbishment work
50000000 - Repair and maintenance services
77314000 - Grounds maintenance services
90650000 - Asbestos removal services
Notice Value(s)
- Tender Value
- £165,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £165,000,000 £100M-£1B
Notice Dates
- Publication Date
- 30 May 20241 years ago
- Submission Deadline
- 1 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 8 May 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE ROYAL BOROUGH OF KINGSTON UPON THAMES
- Contact Name
- Commissioning Manager - Construction & Property Category
- Contact Email
- commissioning@kingston.gov.uk
- Contact Phone
- +44 2085475000
Buyer Location
- Locality
- KINGSTON UPON THAMES
- Postcode
- KT1 1EU
- Post Town
- Kingston upon Thames
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI6 Outer London - South
- Small Region (ITL 3)
- TLI63 Merton, Kingston upon Thames and Sutton
- Delivery Location
- TLI63 Merton, Kingston upon Thames and Sutton
-
- Local Authority
- Kingston upon Thames
- Electoral Ward
- Kingston Town
- Westminster Constituency
- Kingston and Surbiton
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-03eaf4-2024-05-30T21:16:53+01:00",
"date": "2024-05-30T21:16:53+01:00",
"ocid": "ocds-h6vhtk-03eaf4",
"description": "Following the satisfactory conclusion of the standstill period in accordance with PCR 2015 and leaseholder consultation, contract award confirmed to Breyer Group Plc.",
"initiationType": "tender",
"tender": {
"id": "DN673647",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Housing Repairs, Maintenance and Capital Works Programme",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45453000",
"description": "Overhaul and refurbishment work"
},
"mainProcurementCategory": "works",
"description": "Following the completed procurement, contract awarded to Breyer Group Plc. The contract is for the provision of repairs and maintenance services, void property refurbishments, gas servicing and repairs, electrical testing and remedial works and various programmes of planned component replacement works to Council's social housing stock.",
"value": {
"amount": 165000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Royal Borough of Kingston (the 'Authority') is entering into a Term Contract for the delivery of repairs and maintenance services and planned capital investment works (together referred to as the 'Works') to various of its residential housing stock comprising approximately 6,500 properties (of which approximately 1,500 are leasehold). The Authority is entering into the Term Alliance Contract (TAC-1 2016 as amended) for an initial period of four years and six months, extendable at the Authority's sole discretion for a further five years to a maximum term of ten years, plus a 12 month latent defect period. The Works will awarded in Orders for each Financial Year within the Authority's available budgets. The annual value of the Works are expected to be approximately PS16.3m based on historic spend levels but they will be subject to change based on the outcome of future stock condition surveys, available funding, and the Authority's strategic investment decisions. The Works include the following workstreams: i) A 24/7 365 day to day responsive repairs and maintenance service including electrical repairs and void (empty) property repairs and refurbishment. ii) A 3 star gas servicing and repairs service for domestic and communal boilers. iii) Operation and management of the Repairs Contact Centre. iv) A programme of domestic electrical installation testing and subsequent remedial works to dwellings and communal areas. v) Planned testing and maintenance to communal and emergency lighting installations. vi) Repairs and maintenance to domestic stair lifts and ceiling hoists for residents with reduced mobility. vii) Planned preventative maintenance to booster pump sets. viii) A programme of pre-paint repairs and cyclical decorations. viiii) A programme of planned investment works to replace key building components that have come to the end of their useful life. The programme is expected to include among other things, new kitchens, bathrooms, heating systems and electrical wiring, roofs, windows and doors, rainwater goods and measures to reduce carbon emissions from the housing stock and improve thermal efficiency. Additional information: The Authority wishes to support people who are unemployed and small medium enterprises to ensure that there is a specific capacity to deliver the Works it requires and to promote sustainability through its procurement. Therefore, as indicated in the Contract Notice, this contains community benefit clauses as allowed within Regulation 67 and 70 of the Public Contract Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Quality criterion - Name: Quality / Weighting: 50",
"type": "quality",
"description": "50"
},
{
"name": "Quality criterion - Name: Social Value / Weighting: 10",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"startDate": "2024-10-01T00:00:00+01:00"
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Applicants will be required to complete a Selection Questionnaire ('SQ') consistent with The Public Contract Regulations,2015. The criteria for choosing the number of candidates is set out in the SQ i.e. Top five qualified Bidders with the highest scores unless a tie-break situation occurs, whereby we would invite a sixth Bidder. The SQ is available from the website given at I.3 and must be returned by the date stipulated at Section IV.2.2 to the address set out in the Questionnaire pack."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The proposed duration of contract consists of an initial period of 4 years, 6 months with an option to extend the Term for a further 5 years to a maximum term of 10 years plus 12 months latent defect period."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09300000",
"description": "Electricity, heating, solar and nuclear energy"
},
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
},
{
"scheme": "CPV",
"id": "33196000",
"description": "Medical aids"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
},
{
"scheme": "CPV",
"id": "39141000",
"description": "Kitchen furniture and equipment"
},
{
"scheme": "CPV",
"id": "39144000",
"description": "Bathroom furniture"
},
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
{
"scheme": "CPV",
"id": "90650000",
"description": "Asbestos removal services"
}
],
"deliveryAddresses": [
{
"region": "UKI63"
},
{
"region": "UKI63"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "The contract is to be delivered within Royal Borough Kingston Upon Thames."
}
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants will be required to complete a Selection Questionnaire ('SQ') consistent with The Public Contract Regulations 2015. Suitability to pursue the professional activity required is set out in the SQ. The SQ is available from the website given at I.3 of this Notice and must be returned by the date stipulated at Section IV.2.2 to the address set out in the Questionnaire.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Further information provided within the procurement pack.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"secondStage": {
"successiveReduction": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-09-01T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"reviewDetails": "The Council will conduct itself in accordance with the Public Contracts Regulations 2015. The information and requirements for any review is set out in the Public Contracts Regulations 2015 (as amended) and the Authority will conduct itself in relation to any review in accordance with those Regulations."
},
"parties": [
{
"id": "GB-FTS-49029",
"name": "The Royal Borough of Kingston upon Thames",
"identifier": {
"legalName": "The Royal Borough of Kingston upon Thames"
},
"address": {
"streetAddress": "Guildhall 2, High Street",
"locality": "Kingston upon Thames",
"region": "UKI63",
"postalCode": "KT1 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "RBK Commissioning Team",
"telephone": "+44 2085475000",
"email": "commissioning@kingston.gov.uk",
"url": "https://procontract.due-north.com"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.kingston.gov.uk",
"buyerProfile": "http://www.kingston.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-1020",
"name": "The Royal Borough of Kingston upon Thames",
"identifier": {
"legalName": "The Royal Borough of Kingston upon Thames"
},
"address": {
"streetAddress": "Guildhall 2",
"locality": "Kingston upon Thames",
"postalCode": "KT1 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "commissioning@kingston.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-1854",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "Strand",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-114887",
"name": "The Royal Borough of Kingston upon Thames",
"identifier": {
"legalName": "The Royal Borough of Kingston upon Thames"
},
"address": {
"streetAddress": "Guildhall 2, High Street,",
"locality": "Kingston upon Thames",
"region": "UKI63",
"postalCode": "KT1 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Commissioning Manager - Construction & Property Category",
"telephone": "+44 2085475000",
"email": "commissioning@kingston.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kingston.gov.uk",
"buyerProfile": "http://www.kingston.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-114888",
"name": "Breyer Group Plc",
"identifier": {
"legalName": "Breyer Group Plc"
},
"address": {
"streetAddress": "65 Faringdon Avenue",
"locality": "Harold Hill, Romford, Essex",
"region": "UKI53",
"postalCode": "RM3 8ST",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1708383517",
"email": "dmoseley@breyergroup.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.breyergroup.co.uk",
"scale": "large"
}
},
{
"id": "GB-FTS-88",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-114889",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London,",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-114887",
"name": "The Royal Borough of Kingston upon Thames"
},
"language": "en",
"awards": [
{
"id": "016953-2024-DN673647-1",
"relatedLots": [
"1"
],
"title": "Housing Repairs, Maintenance and Capital Works Programme",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-114888",
"name": "Breyer Group Plc"
}
]
}
],
"contracts": [
{
"id": "016953-2024-DN673647-1",
"awardID": "016953-2024-DN673647-1",
"title": "Housing Repairs, Maintenance and Capital Works Programme",
"status": "active",
"value": {
"amount": 165000000,
"currency": "GBP"
},
"dateSigned": "2024-05-09T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}