Contract notice

Information

Published

Expire date: 24/09/2021

External Reference: 2021-527926

FTS Reference: 2021-019459

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Town and Country Housing
Monson House, Monson Way
Tunbridge Wells
TN1 1LQ
UK
Contact person: Mathew Baxter
Telephone: +44 1707339800
NUTS code:  UKJ4 -  Kent
Internet address(es):
Main address: www.tchg.org.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39005&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Town and Country Housing - Housing Maintenance Joint Venture
Reference number:  Ech 1091
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Town and Country Housing ("TCH") is seeking to procure a Maintenance Agreement and Joint Venture Partner to deliver repairs, maintenance and planned improvement works to its housing stock portfolio. TCH owns circa 10,000 properties dispersed throughout the whole of Kent and parts of East Sussex. The properties are a mixture of tenures consisting of general needs, market rented, leasehold and shared ownership. The Maintenance Agreement will be awarded for an initial period of 12.5 years, with the option to extend until 31st March 2050 at TCH's sole discretion. TCH does not intend to extend the contract by a single extension period of 15 years, but would explore extensions of shorter durations (for example, three periods of extension of five years each) . Although initially centred on the delivery of repairs and voids the contract has the provision to add in multiple additional workstreams and more detail is provided in the Descriptive Document.
II.1.5)

Estimated total value

Value excluding VAT: 700000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31518200  -  Emergency lighting equipment
31527260  -  Lighting systems
31625000  -  Burglar and fire alarms
33196200  -  Devices for the disabled
34928510  -  Street-lighting columns
44115500  -  Sprinkler systems
44480000  -  Miscellaneous fire-protection equipment
45232452  -  Drainage works
45261210  -  Roof-covering work
45261211  -  Roof-tiling work
45261910  -  Roof repair
45261920  -  Roof maintenance work
45262660  -  Asbestos-removal work
45300000  -  Building installation work
45310000  -  Electrical installation work
45330000  -  Plumbing and sanitary works
45331100  -  Central-heating installation work
45343100  -  Fireproofing work
45343230  -  Sprinkler systems installation work
45350000  -  Mechanical installations
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45421112  -  Installation of window frames
45421130  -  Installation of doors and windows
45421132  -  Installation of windows
45421151  -  Installation of fitted kitchens
45430000  -  Floor and wall covering work
45440000  -  Painting and glazing work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50232100  -  Street-lighting maintenance services
50413200  -  Repair and maintenance services of firefighting equipment
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50720000  -  Repair and maintenance services of central heating
50870000  -  Repair and maintenance services of playground equipment
71317200  -  Health and safety services
79512000  -  Call centre
90650000  -  Asbestos removal services
90922000  -  Pest-control services
92222000  -  Closed circuit television services
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
NUTS code:  UKJ2 -  Surrey, East and West Sussex
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Kent
II.2.4)

Description of the procurement

Town and Country Housing ("TCH") is seeking to procure a Maintenance Agreement and Joint Venture Partner to deliver repairs, maintenance and planned improvement works to its housing stock portfolio. TCH will adopt a contractual structure whereby TCH and the successful tenderer will enter into a contractual joint venture arrangement and may establish a new JV vehicle (the JV) and deliver the Programme. the proposed model is explained in more detail in the "Contract Structure" section of the Descriptive Document. The value of the core services (i.e. those services included in scope from contract commencement) is circa £5.2 million per annum and the total potential value of the contract with all options included is circa £700m over the whole term (including all possible extensions to 2050). TCH owns circa 10,000 properties dispersed throughout the whole of Kent and parts of East Sussex. The properties are a mixture of tenures consisting of general needs, market rented, leasehold and shared ownership. The Maintenance Agreement will be awarded for an initial period of 12.5 years, with the option to extend until 31st March 2050 at TCH's sole discretion. TCH does not intend to extend the contract by a single extension period of 15 years, but would explore extensions of shorter durations (for example, three periods of extension of five years each) . Although initially centred on the delivery of repairs and voids the contract has the provision to add in multiple additional workstreams including (but not limited to) cyclical maintenance services and planned and major works as set out in the procurement documents. The procurement is being undertaken using a "Competitive Dialogue" procedure (in accordance with Regulation 30 of the Public Contracts Regulations 2015). Under the first stage of the process, bidders are required to complete a Selection Questionnaire ("SQ Stage") and associated appendices. Following evaluation of submitted SQs, TCH anticipates inviting six bidders to participate in the second stage of process and submit "Detailed Solutions" ("ISDS" Stage), following which it will shortlist three bidders to participate in Competitive Dialogue ("CD Stage") and submit Final Tenders ("ISFT" Stage). Full details of the requirements, the evaluation criteria and how to participate are included in the procurement documents, and a summary is provided in the Descriptive Document.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 700000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 330
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: 6
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: yes
II.2.11)

Information about options

Options: yes
Description of options:
The initial term of the arrangement will be 12.5 years, extendable by a further 15 years at the client's sole discretion and as set out further in the procurement documents
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

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As detailed in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/09/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/10/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

TCH reserves the right to cancel the procurement and not to proceed with the long term Contract at any stage of the procurement process. TCH also reserves the right not to award a contract. TCH will not be liable for any costs incurred by those expressing an interest or tendering for this contract.
The contract value is anticipated to be at least £5.2m/annum initially, and at least £150m across the entire optioned contract duration of 27.5 years. This is based on an estimate of the value of repairs and voids services; without allowance for price indexation or stock growth through the new build programme and is set out further in the procurement documents.
In the event that TCH elects to include the additional services referred to in section II.2.4 of this Contract Notice, it is anticipated that the estimated value of the contract will be up to £700m (based on an estimation of the potential value of the additional services which may come into scope and on a worked example of when they may commence including indexation)
TCH is procuring a single Contract in a single Lot to gain the commercial efficiencies of a single contractor and to enable the creation of a Joint Venture Company. The award criteria questions and weightings are provided in the ISDS documentation.
All parties who register an interest in bidding for the contract will be sent a formal invite to a Supplier Briefing event (to be held on MS Teams) via the procurement portal. A copy of the presentation(s) from the event and a summary of any questions/answers from the session will be issued to all bidders via the portal.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK