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

Responsive Repairs and Planned Maintenance Framework Agreement.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Notting Hill Housing Trust
Bruce Kenrick House, 2 Killick Street
Contact point(s): Asset Management
For the attention of: Charlotte Semp
N1 9FL London
UNITED KINGDOM
Telephone: +44 2083575000
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nottinghillhousing.org.uk

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA16481

Electronic access to information: www.mytenders.org

Electronic submission of tenders and requests to participate: www.mytenders.org

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
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: yes

Registered Providers (housing associations) whose properties are in London

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Responsive Repairs and Planned Maintenance Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: London.

NUTS code UK

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: 16

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 0 and 250 000 000 GBP
Frequency and value of the contracts to be awarded: Precise quantities are currently unknown. The actual value of the Framework Agreement will reflect NHH's current and future requirements.
II.1.5)Short description of the contract or purchase(s)
Notting Hill Housing (NHH) wishes to procure a Framework Agreement made up of two Lots (Lot 1 - Responsive Repairs, Lot 2 - Planned Maintenance) which shall:
- be for a four year term;
- have a minimum of five contractors appointed to each Lot;
- have a minimum of four call-off contracts within each Lot (which NHH intends to be for a period of up to seven years). It is intended to call off contracts at the outset of the Framework Agreement;
- have flexibility to enable NHH to call off further contracts as and when required (including but not limited to the replacement of any terminated call-off contract; to accommodate any increases in housing stock and consequent increase in service demand; or to split out specific service types or regions); and
- have flexibility to enable service volume to be transferred from one contractor's call-off contract to another contractor's call-off contract in the event of poor performance.
Further information on the scope of each Lot and the probable size of the call-off contracts will be set out in the ITT documents.
NHH will appoint no less than five of the candidates with the most economically advantageous tenders to each Lot. NHH may appoint more suppliers to each Lot than the intended number of call-off contracts to enable NHH to have access through the Framework Agreement to additional contractor capacity so NHH is able to better manage changes in demand and to ensure business continuity. Appointment to the Framework Agreement shall not in any way be a guarantee or warranty that a contractor shall be awarded a call-off contract or have a minimum level of work or revenue through the Framework Agreement.
NHH's housing stock may well increase over the life of both the Framework Agreement and call-off contracts as a result of (for example) new developments, mergers, acquisitions. This could increase the stock numbers by more than 50 %. The Framework Agreement and call-off contracts shall contain clear and certain mechanisms for such changes in volume.
Included in the scope of this Framework Agreement are other NHH clients that will not immediately call off contracts from either Lot eg Market Rent, Student Lets, Leasehold
NHH reserves the right to directly call-off contracts from the Framework Agreement at any time, though NHH shall also, at its discretion, be entitled to run a mini-competition at any time between contractors appointed to ascertain the most appropriate contractor for a specific call-off contract.
NHH considers the Framework Agreement to be a (non-legal) partnership arrangement.
NHH wishes to develop a partnership equipped to deliver responsive repairs and planned maintenance across the portfolio and engage with positive and like-minded contractors who wish to be innovative in the delivery of the programme; and who will bring to the partnership the ability to work closely with residents to provide high quality customer services in accordance with NHH's commitment to achieving excellence, innovation and best value.
The key requirements that are expected from the partnership include:
- Managing responsive repairs and/or planned maintenance to the required scope of services;
- Customising the service to meet the needs of the various clients groups;
- Providing a robust response and emergency call out service; and
- Suitable IT to support remote working, e-enabled scheduling, access to live data and business to business data interchange.

Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=111139.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)

45400000, 45000000

II.1.7)Information about Government Procurement Agreement (GPA)
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
NHH wishes to establish a four year Framework Agreement under which contractors will deliver responsive repairs and planned maintenance to its permanent rented/general needs housing (PRH) and supported housing (Pathways) stock. This consists of approximately 18,000 units.
The following values are estimates.
Estimated value excluding VAT:
Range: between 0 and 250 000 000 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
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Responsive Repairs
1)Short description
The responsive repairs service comprises day-to-day jobs, which vary in size and complexity. These jobs typically include, but are not limited to, the range of following trades:
Plumbing;
Carpentry;
Electrical;
Roofing;
Wall, floor and ceiling finishes;
Brickwork and Blockwork;
Glazing;
Flooring;
Voids/relets (major and/or minor)to ensure properties meet the Notting Hill standard before being relet).
The responsive repairs contractors will also be expected to provide a 24/7 emergency call-out service. The call handling service to manage the emergency call outs will be provided by a single contractor. Contractors will be given the opportunity to offer this service at the ITT stage.
2)Common procurement vocabulary (CPV)

45400000, 45000000

3)Quantity or scope
Call-off contracts within Lot 1 will deliver responsive repairs with an initial total approximate annual value of 8 million GBP. NHH envisages there will be a minimum of four call-off contracts. The minimum and maximum estimated values quoted in this OJEU Notice are based on seven year call-off contracts, ie 8 million GBP multiplied by seven to provide the estimated minimum value.
Estimated value excluding VAT:
Range: between 0 and 87 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Planned Maintenance
1)Short description
The planned maintenance programme includes, but is not limited to, the following key services:
Capital planned programme works (including kitchen and bathroom replacements and associated works); cyclical maintenance (including external and internal communal repairs and decorations, roofing and window repairs and renewals, structural repairs); Voids/relets (major and/or minor)to ensure properties meet the Notting Hill standard before being relet).
2)Common procurement vocabulary (CPV)

45400000, 45000000

3)Quantity or scope
Call-off contracts within Lot 2 will deliver planned maintenance with an initial total approximate annual value of 15 million GBP. NHH envisages there will be a minimum of four call-off contracts. The minimum and maximum estimated values quoted in this OJEU Notice are based on seven year call-off contracts, ie 15 million GBP multiplied by seven to provide the estimated minimum value.
Estimated value excluding VAT:
Range: between 0 and 163 000 000 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:
As specified in the ITT documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in the ITT documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified in the PQQ and ITT documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As specified in the ITT documents.
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 specified in the PQQ and ITT documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in the PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in the PQQ and ITT documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: As specified in the PQQ and ITT documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
17.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.5.2014
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This Framework Agreement will also be accessible to other Registered Providers (housing associations) with properties in London.
(MT Ref:111139).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.2.2014

Other interesting websites