By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Repairs & Maintenance Support Contractors Framework Agreement.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Mr Dave Kingston
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057337
E-mail:

Internet address(es):

General address of the contracting authority: https://www.sheffield.gov.uk/

Address of the buyer profile: www.yortender.co.uk

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

Further information can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Mr Dave Kingston
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057337
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Mr Dave Kingston
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057337
E-mail:

Tenders or requests to participate must be sent to: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Mr Dave Kingston
S1 4PL Sheffield
United Kingdom
Telephone: +44 1142057337
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Repairs & Maintenance Support Contractors Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 20

Duration of the framework agreement

Duration in months: 50

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
Frequency and value of the contracts to be awarded: The Framework Agreement will be based on the JCT Measured Term contract., with no guarantee of the volume of any work ordered through it. This Agreement places no obligations on the Council to purchase any goods from the Provider and the Council may go outside of this Agreement in order to purchase goods if it deems it appropriate.
II.1.5)Short description of the contract or purchase(s)
Sheffield City Council will commence delivery of its Housing Repairs and Maintenance service from 1.4.2017, taking over the running of the service from the previous outsourced provider. Council Housing represents almost a fifth of all Sheffield's housing, with over 80 000 tenants, their families and leaseholders living in around 39,000 homes. Effective management and delivery of the repairs and maintenance service to these properties is a priority for these households in the city.
The Council is seeking to establish a multi-supplier Framework Agreement to provide additional resource and expertise to support the in-house service in delivery of the requirements. Work will be ordered on a ‘measured term’ basis with no guarantee of volume or value given.
The Framework Lots are as follows:
1 General Building / All Trades
2 Electrical
3 Gas & Heating
4 Flat Roofing
5 Pitched Roofing
6 Drainage & Groundworks
In addition to the requirements of the Housing Repairs and Maintenance service, some specific Lots will include provision of services to support the delivery of repairs and maintenance services to the Council's corporate buildings and assets.
This contract will be procured using the Open Procedure. The Open Procedure means that all bidders who successfully express an interest will automatically be invited to tender and have access to the tender documents. Those who submit a tender and meet the minimum requirements will have their full tender, method statements and pricing evaluated.
II.1.6)Common procurement vocabulary (CPV)

50000000, 45000000, 50700000, 50800000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Sheffield City Council will commence delivery of its Housing Repairs and Maintenance service from 1.4.2017, taking over the running of the service from the previous outsourced provider. Council Housing represents almost a fifth of all Sheffield's housing, with over 80 000 tenants, their families and leaseholders living in around 39 000 homes. Effective management and delivery of the repairs and maintenance service to these properties is a priority for these households in the city.
The Council is seeking to establish a multi-supplier Framework Agreement to provide additional resource and expertise to support the in-house service in delivery of the requirements. Work will be ordered on a ‘measured term’ basis with no guarantee of volume or value given.
The Framework Lots are as follows:
1
General Building / All Trades
2
Electrical
3
Gas & Heating
4
Flat Roofing
5
Pitched Roofing
6
Drainage & Groundworks
In addition to the requirements of the Housing Repairs and Maintenance service, some specific Lots will include provision of services to support the delivery of repairs and maintenance services to the Council's corporate buildings and assets.
This contract will be procured using the Open Procedure. The Open Procedure means that all bidders who successfully express an interest will automatically be invited to tender and have access to the tender documents. Those who submit a tender and meet the minimum requirements will have their full tender, method statements and pricing evaluated.
Estimated value excluding VAT:
Range: between 10 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: General Building / All Trades
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service. Works comprise general refurbishment and responsive repairs across all trade types to vacant and tenanted properties. The specific works include, but are not limited to: Work to voids, incorporating: - Return to lettable standards - Structural works - External works - Adaptations - Acquisitions - Painting Responsive Repairs to tenanted properties, including: - Fire damage repairs - Plastering - Wet rooms The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.. For clarity, the following works are not included in the scope of the Lot: - Legionella Testing & Treatment - Lift Maintenance and Repair For indicative purposes only, the estimated split in type of work to be ordered via the Lot is as follows: The contract Lot may also be used to order Responsive work in relation to the Corporate Statutory Servicing & Repairs service (CSSR). Any work ordered in respect of the CSSR contract will be on the basis of the Schedule of Rates or otherwise agree via a mini-competition process. The inclusion of CSSR work on this Lot is to provide suitable contingency for the Council and the Council expressly reserves the right to appoint contractors via a separate procurement process for this element of work. There will be no requirement upon contractors to undertake work in relation to CSSR.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Electrical
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service. Scope comprises electrical works to vacant and tenanted properties. The specific works include, but are not limited to: - Programmed & Reactive Inspection & Testing - Remedial work to kitchens & bathrooms - Electrical rewires - Communal Lighting. The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Gas and Heating
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service. Scope comprises gas and heating work to vacant and tenanted properties. The majority is work is anticipated to consist of Gas/ Boiler Servicing and Repairs. The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Flat Roofing
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service and Corporate Statutory Servicing & Repairs service (CSSR). Scope comprises flat roofing work to vacant and tenanted properties and the Council's corporate buildings and assets. Work will be issued primarily on a Responsive basis. The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Pitched Roofing
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service and Corporate Statutory Servicing & Repairs service (CSSR). Scope comprises pitched roofing work to vacant and tenanted properties and the Council's corporate buildings and assets. Work will be issued primarily on a Responsive basis. The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Drainage & Groundworks (Including Out of Hours)
1)Short description
Providing support to the Council's internal Housing Repairs & Maintenance Service and Corporate Statutory Servicing & Repairs service (CSSR). A high level of responsiveness will be required to respond to order requests at short notice, including work undertaken outside of normal office hours. Scope includes: - Drainage repairs - Emergency drainage repairs - Removal of blocked waste - Drainage related plumbing - Drain testing - Jetting - Groundworks The full scope of work included in the contract Lot is as set out in the Schedule of Rates at Schedule 4 of the tender documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: As per tender documents on www.yortender.co.uk

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As per tender documents on www.yortender.co.uk

Minimum level(s) of standards possibly required: As per tender documents on www.yortender.co.uk

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

As per tender documents on www.yortender.co.uk

Minimum level(s) of standards possibly required:

As per tender documents on www.yortender.co.uk

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 0

Objective criteria for choosing the limited number of candidates: As per tender documents on www.yortender.co.uk

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN215024
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.11.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.10.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.10.2016 - 12:01
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

see VI.4.2)
United Kingdom

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10-calendar day standstill period at the point information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
United Kingdom

VI.5)Date of dispatch of this notice:
20.10.2016

Other interesting websites