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
NUTS code:
UKJ4 -
Kent
NUTS code:
UKJ2 -
Surrey, East and West Sussex
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Kent
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration in months:
330
This contract is subject to renewal:
no
Envisaged number of candidates:
6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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
The procurement is related to a project and/or programme financed by European Union funds:
no
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.