Lot 1 - Responsive repairs, void and capital works
Lot No:
1
II.2.2)
Additional CPV code(s)
45000000
-
Construction work
45100000
-
Site preparation work
45110000
-
Building demolition and wrecking work and earthmoving work
45111000
-
Demolition, site preparation and clearance work
45111200
-
Site preparation and clearance work
45300000
-
Building installation work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312000
-
Alarm system and antenna installation work
45312100
-
Fire-alarm system installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331110
-
Boiler installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332400
-
Sanitary fixture installation work
45333000
-
Gas-fitting installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45430000
-
Floor and wall covering work
45440000
-
Painting and glazing work
45450000
-
Other building completion work
45451000
-
Decoration work
45453000
-
Overhaul and refurbishment work
45453100
-
Refurbishment work
45454000
-
Restructuring work
50700000
-
Repair and maintenance services of building installations
50710000
-
Repair and maintenance services of electrical and mechanical building installations
50711000
-
Repair and maintenance services of electrical building installations
50712000
-
Repair and maintenance services of mechanical building installations
50720000
-
Repair and maintenance services of central heating
50721000
-
Commissioning of heating installations
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
II.2.3)
Place of performance
Main site or place of performance:
South Essex
II.2.4)
Description of the procurement
Delivery of responsive repairs, void and capital works across Wealden DC's property portfolio. Responsive repairs and voids will be delivered via a PPP/PPV model Capital works will be delivered via a blend of archetype, SOR and quotation based pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 67500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
180
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend it by up to a further 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
Lot 2 - Electrical works
Lot No:
2
II.2.2)
Additional CPV code(s)
45000000
-
Construction work
45100000
-
Site preparation work
45110000
-
Building demolition and wrecking work and earthmoving work
45111000
-
Demolition, site preparation and clearance work
45111200
-
Site preparation and clearance work
45300000
-
Building installation work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312000
-
Alarm system and antenna installation work
45312100
-
Fire-alarm system installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331110
-
Boiler installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332400
-
Sanitary fixture installation work
45333000
-
Gas-fitting installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45430000
-
Floor and wall covering work
45440000
-
Painting and glazing work
45450000
-
Other building completion work
45451000
-
Decoration work
45453000
-
Overhaul and refurbishment work
45453100
-
Refurbishment work
45454000
-
Restructuring work
50700000
-
Repair and maintenance services of building installations
50710000
-
Repair and maintenance services of electrical and mechanical building installations
50711000
-
Repair and maintenance services of electrical building installations
50712000
-
Repair and maintenance services of mechanical building installations
50720000
-
Repair and maintenance services of central heating
50721000
-
Commissioning of heating installations
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
II.2.3)
Place of performance
Main site or place of performance:
East Sussex
II.2.4)
Description of the procurement
Delivery of electrical repairs, servicing and planned works across Wealden DC's property portfolio. Works will be delivered via a blend of annual rates, SOR and archetype pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 7500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
180
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend it by up to a further 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
Lot 3 - Domestic heating works
Lot No:
3
II.2.2)
Additional CPV code(s)
45000000
-
Construction work
45100000
-
Site preparation work
45110000
-
Building demolition and wrecking work and earthmoving work
45111000
-
Demolition, site preparation and clearance work
45111200
-
Site preparation and clearance work
45300000
-
Building installation work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312000
-
Alarm system and antenna installation work
45312100
-
Fire-alarm system installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331110
-
Boiler installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332400
-
Sanitary fixture installation work
45333000
-
Gas-fitting installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45430000
-
Floor and wall covering work
45440000
-
Painting and glazing work
45450000
-
Other building completion work
45451000
-
Decoration work
45453000
-
Overhaul and refurbishment work
45453100
-
Refurbishment work
45454000
-
Restructuring work
50700000
-
Repair and maintenance services of building installations
50710000
-
Repair and maintenance services of electrical and mechanical building installations
50711000
-
Repair and maintenance services of electrical building installations
50712000
-
Repair and maintenance services of mechanical building installations
50720000
-
Repair and maintenance services of central heating
50721000
-
Commissioning of heating installations
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
II.2.3)
Place of performance
Main site or place of performance:
East Sussex
II.2.4)
Description of the procurement
Delivery of domestic heating servicing, repair and installation works across Wealden DC's property portfolio, under a 4* model.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 11250000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
180
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend by up to a further 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.
Lot 4 - Commercial heating and electrical works
Lot No:
4
II.2.2)
Additional CPV code(s)
45000000
-
Construction work
45100000
-
Site preparation work
45110000
-
Building demolition and wrecking work and earthmoving work
45111000
-
Demolition, site preparation and clearance work
45111200
-
Site preparation and clearance work
45300000
-
Building installation work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312000
-
Alarm system and antenna installation work
45312100
-
Fire-alarm system installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331110
-
Boiler installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332400
-
Sanitary fixture installation work
45333000
-
Gas-fitting installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45430000
-
Floor and wall covering work
45440000
-
Painting and glazing work
45450000
-
Other building completion work
45451000
-
Decoration work
45453000
-
Overhaul and refurbishment work
45453100
-
Refurbishment work
45454000
-
Restructuring work
50700000
-
Repair and maintenance services of building installations
50710000
-
Repair and maintenance services of electrical and mechanical building installations
50711000
-
Repair and maintenance services of electrical building installations
50712000
-
Repair and maintenance services of mechanical building installations
50720000
-
Repair and maintenance services of central heating
50721000
-
Commissioning of heating installations
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
II.2.3)
Place of performance
Main site or place of performance:
East Sussex
II.2.4)
Description of the procurement
Delivery of commercial heating and mechanical servicing, repair and installation works across Wealden DC's property portfolio. Works will be delivered via a combination of annual cost, SOR and quotation based pricing.
The TPC 2005 (as amended) contract will run for a maximum term of 15 years. An overarching Strategic Alliance Agreement, to which the other three Service Providers and Wealden DC will be party, will set out requirements in respect of areas for which the Service Providers will be jointly responsible, including ICT, contact centre/call handling arrangements, the delivery of social value and supply chain arrangements.
Wealden DC is following a three-stage Competitive Dialogue procedure in accordance with the Public Contracts Regulations 2015. This is to enable dialogue between Wealden DC and prospective Service Providers on service delivery requirements and the joint areas of responsibility including the ICT solution.
Under the first stage of the process, prospective Service Providers are required to complete a Selection Questionnaire and its related appendices. Following evaluation of submitted SQs, Wealden DC anticipates shortlisting 3 bidders per Lot to be Invited to Submit Detailed Solutions under the second stage of the process. Bidders are permitted to bid for one Lot only.
Full details are in the procurement documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 3750000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
180
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The contract will run for an initial period of 10 years with the option to extend by up to a further 5 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
The provisions under the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply.