Tender

Property Repairs and Maintenance

MOAT HOMES LIMITED

This public procurement record has 1 release in its history.

Tender

02 May 2025 at 13:47

Summary of the contracting process

Moat Homes Limited, a sub-central government public authority in the UK, is actively seeking a service provider for a comprehensive property repairs and maintenance contract. This tender, tagged under the 'works' industry category, targets service delivery across several regions, including UKH, UKJ, and UKI. The procurement process, currently in the tender stage, utilises a competitive flexible procedure in line with the Procurement Act 2023. Key deadlines include the submission of the Procurement Specific Questionnaire (PSQ) by 6th June 2025, at 10 am. The contract, valued at £420 million, is expected to commence on 7th September 2026, with an initial term of ten years and potential extensions for up to an additional five years.

This tender offers significant prospects for business growth, particularly for firms specialising in building installation and completion work, repair and maintenance services, and other related sectors like access control systems and environmental safety services. The opportunity to secure a long-term, high-value contract with Moat Homes could be particularly advantageous for companies with strong experience and the capacity to provide comprehensive estate management services. Businesses willing to engage in strategic partnerships and share knowledge within a collaborative framework, as outlined in the Strategic Alliance Agreement, will find themselves well-suited to compete in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Property Repairs and Maintenance

Notice Description

In Spring 2024, Moat Homes Ltd published a Prior Information Notice which invited interested suppliers to a preliminary market engagement event aimed at gaining insights around the current state of the repairs and maintenance market, as well as gathering information to inform the future delivery of the service. We are now seeking a Service Provider to deliver responsive repairs, works, including reactive day-to-day repairs to all of Moat's owned, leased and managed residential buildings and associated estate areas, including to the fabric and structure of blocks, communal areas and associated services. The Service Provider will also be required to undertake all necessary works to Moat's empty homes to ensure these are available to re-let to customers, and to provide an out of hours services (including triage communication services and arranging temporary moves). Further details of the required works and services are set out in the Descriptive Document and the associated tender documents published with this Tender Notice. In addition to the initial works and services noted above, subject to satisfactory performance against Key Performance Indicators, Moat may (at its sole discretion) require the appointed Service Provider to deliver additional works and services, including, but not limited to, planned works, cyclical redecoration, building safety repairs and maintenance, and other works/services such as gates and barriers, cesspit emptying and access control problems. Further details of these potential works and services are included in the Descriptive Document. The aim of this procurement process is to appoint a single provider to deliver the services detailed in the procurement documents. The form of contract will be the TAC-1 Term Alliancing Contract (with bespoke amendments) (the "Contract"). This is an order-based contract which is designed to promote effective partnership and joint working in line with Moat's wider objectives. The Contract will be for an initial term of ten (10) years with the option to extend the term for additional periods of up to five (5) years at Moat's sole discretion, giving a maximum possible term of fifteen (15) years. Additionally, the successful Service Provider will be required to enter into a Strategic Alliance Agreement based upon the FAC-1 form of contract. This contract is designed to enable key service providers / contractors which Moat works with to share relevant information and knowledge and undertake specified alliancing activities for the overall benefit of their respective workstreams and Moat's obligations as a registered provider. Further details are set out in the Descriptive Document.

Lot Information

Lot 1

Renewal: Subject to satisfactory performance, Moat will have the option to extend for additional periods of up to five (5) further years, in increments to be agreed, unless the Contract ends or is terminated in accordance with the Conditions of Contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050c68
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018823-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

39141400 - Fitted kitchens

42961100 - Access control system

44112200 - Floor coverings

44220000 - Builders' joinery

44410000 - Articles for the bathroom and kitchen

44520000 - Locks, keys and hinges

45112700 - Landscaping work

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

45232460 - Sanitary works

45233250 - Surfacing work except for roads

45233253 - Surface work for footpaths

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45400000 - Building completion work

50511000 - Repair and maintenance services of pumps

50700000 - Repair and maintenance services of building installations

50870000 - Repair and maintenance services of playground equipment

51110000 - Installation services of electrical equipment

51700000 - Installation services of fire protection equipment

71250000 - Architectural, engineering and surveying services

75123000 - Administrative housing services

77300000 - Horticultural services

79510000 - Telephone-answering services

90460000 - Cesspool or septic tank emptying services

90650000 - Asbestos removal services

90721000 - Environmental safety services

90911000 - Accommodation, building and window cleaning services

90920000 - Facility related sanitation services

90922000 - Pest-control services

Notice Value(s)

Tender Value
£420,000,000 £100M-£1B
Lots Value
£420,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 May 20259 months ago
Submission Deadline
6 Jun 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Sep 2026 - 8 Sep 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MOAT HOMES LIMITED
Contact Name
Ms Rosella Ngeh
Contact Email
tenders@moat.co.uk
Contact Phone
+44 3003230011

Buyer Location

Locality
DARTFORD
Postcode
DA2 6QE
Post Town
Dartford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ43 Kent Thames Gateway
Delivery Location
TLH East (England), TLI London, TLJ South East (England)

Local Authority
Dartford
Electoral Ward
Stone Castle
Westminster Constituency
Dartford

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-050c68-2025-05-02T14:47:23+01:00",
    "date": "2025-05-02T14:47:23+01:00",
    "ocid": "ocds-h6vhtk-050c68",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNCG-6417-GJNY",
            "name": "Moat Homes Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNCG-6417-GJNY"
            },
            "address": {
                "streetAddress": "Mariner House, Galleon Boulevard, Crossways",
                "locality": "Dartford",
                "postalCode": "DA2 6QE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ43"
            },
            "contactPoint": {
                "name": "Ms Rosella Ngeh",
                "email": "tenders@moat.co.uk",
                "telephone": "+44 3003230011"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNCG-6417-GJNY",
        "name": "Moat Homes Limited"
    },
    "planning": {
        "noEngagementNoticeRationale": "Preliminary market engagement was undertaken under the Public Contract Regulations 2015, in accordance with a Prior Information Notice published to the Find a Tender Service on 17 May 2024 with reference number FTS: 2024/S 000-015701."
    },
    "tender": {
        "id": "DN772526",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Property Repairs and Maintenance",
        "description": "In Spring 2024, Moat Homes Ltd published a Prior Information Notice which invited interested suppliers to a preliminary market engagement event aimed at gaining insights around the current state of the repairs and maintenance market, as well as gathering information to inform the future delivery of the service. We are now seeking a Service Provider to deliver responsive repairs, works, including reactive day-to-day repairs to all of Moat's owned, leased and managed residential buildings and associated estate areas, including to the fabric and structure of blocks, communal areas and associated services. The Service Provider will also be required to undertake all necessary works to Moat's empty homes to ensure these are available to re-let to customers, and to provide an out of hours services (including triage communication services and arranging temporary moves). Further details of the required works and services are set out in the Descriptive Document and the associated tender documents published with this Tender Notice. In addition to the initial works and services noted above, subject to satisfactory performance against Key Performance Indicators, Moat may (at its sole discretion) require the appointed Service Provider to deliver additional works and services, including, but not limited to, planned works, cyclical redecoration, building safety repairs and maintenance, and other works/services such as gates and barriers, cesspit emptying and access control problems. Further details of these potential works and services are included in the Descriptive Document. The aim of this procurement process is to appoint a single provider to deliver the services detailed in the procurement documents. The form of contract will be the TAC-1 Term Alliancing Contract (with bespoke amendments) (the \"Contract\"). This is an order-based contract which is designed to promote effective partnership and joint working in line with Moat's wider objectives. The Contract will be for an initial term of ten (10) years with the option to extend the term for additional periods of up to five (5) years at Moat's sole discretion, giving a maximum possible term of fifteen (15) years. Additionally, the successful Service Provider will be required to enter into a Strategic Alliance Agreement based upon the FAC-1 form of contract. This contract is designed to enable key service providers / contractors which Moat works with to share relevant information and knowledge and undertake specified alliancing activities for the overall benefit of their respective workstreams and Moat's obligations as a registered provider. Further details are set out in the Descriptive Document.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39141400",
                        "description": "Fitted kitchens"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42961100",
                        "description": "Access control system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112200",
                        "description": "Floor coverings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44220000",
                        "description": "Builders' joinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44410000",
                        "description": "Articles for the bathroom and kitchen"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44520000",
                        "description": "Locks, keys and hinges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232460",
                        "description": "Sanitary works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233250",
                        "description": "Surfacing work except for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233253",
                        "description": "Surface work for footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50511000",
                        "description": "Repair and maintenance services of pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50870000",
                        "description": "Repair and maintenance services of playground equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51110000",
                        "description": "Installation services of electrical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71250000",
                        "description": "Architectural, engineering and surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75123000",
                        "description": "Administrative housing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79510000",
                        "description": "Telephone-answering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90460000",
                        "description": "Cesspool or septic tank emptying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90721000",
                        "description": "Environmental safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90920000",
                        "description": "Facility related sanitation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90922000",
                        "description": "Pest-control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 504000000,
            "amount": 420000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being carried in accordance with the competitive flexible procedure in accordance with section 19 of the Procurement Act 2023. Under the first stage of the process, bidders are required to complete and return a Procurement Specific Questionnaire (PSQ). Following the evaluation of the PSQ responses, Moat will invite the three (3) highest scoring participants to submit Initial Tenders for assessment prior to Dialogue Sessions. On conclusion of the dialogue phase, bidders will be invited to submit a Final Tender. Full details of all the requirements and how to participate are included in the procurement documents."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The PSQ and all subsequent Tenders must be submitted via Moat's e-tendering portal https://www.housingprocurement.com/ Organisations interested in being invited to tender for the Contract are required to complete a Procurement Specific Questionnaire (PSQ). This includes the Conditions of participation which relates to the economic and financial standing, technical capability and other general information. This information will be assessed to establish a bidders' financial viability, suitability, experience and technical ability of undertaking a contract of this nature. Expressions of interest must be submitted by completing and returning the PSQ, in accordance with the requirements set out in the Procurement Documents by 10am on 6th June 2025. The Contract shall be awarded based on the Moat Advantageous Tender received, and full details are included in the procurement documents. The PSQ, procurement documents and Instructions can be accessed via the Housing Procurement Portal: www.housingprocurement.com - Ref DN772526 A number of key performance indicators (KPIs) will be applied, with the flexibility for these to be updated throughout the term of the Contract. Indicative KPIs have been included in the associated tender documents, although there will be an opportunity during Dialogue to discuss these indicative KPIs. Moat has identified the following KPIs which it currently considers to be most material to the delivery of the Contract: KPI 1: Customer Satisfaction KPI 2: Repairs Completed in Target KPI 3: Right First Time KPI 4: Empty Homes Completed in Target We encourage all bidders to carefully consider these KPIs (along with the wider KPIs noted in the procurement documents) and their ability to meet the performance expectations set out in the procurement documents. Moat reserves the right to cancel the procurement at any time and not to award the Contract.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-06-06T09:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-01-15T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 504000000,
                    "amount": 420000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As set out within the procurement documents",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "As set out within the procurement documents."
                        },
                        {
                            "type": "price",
                            "name": "As set out within the procurement documents."
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As set out within the procurement documents"
                        },
                        {
                            "type": "economic",
                            "description": "As set out within the procurement documents"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-09-07T00:00:00Z",
                    "endDate": "2036-09-08T23:59:59Z",
                    "maxExtentDate": "2041-09-08T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Subject to satisfactory performance, Moat will have the option to extend for additional periods of up to five (5) further years, in increments to be agreed, unless the Contract ends or is terminated in accordance with the Conditions of Contract."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "018823-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018823-2025",
                "datePublished": "2025-05-02T14:47:23+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As set out within the procurement documents."
        },
        "riskDetails": "a) Material availability b) Material pricing volatility c) Change of law/legislation d) Change of regulation e) Contractor Failure"
    },
    "language": "en"
}