Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Responsive Repairs Service |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The scope of the Contract is the provision of a responsive repairs service to BCHA properties. |
Published: | 15/11/2024 12:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Birmingham Civic Housing Association
230-234 Wheelwright Road, Erdington, Birmingham, B24 8EH, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Main Address: https://bcivic.co.uk/
NUTS Code: UKG31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Repair-and-maintenance-services./P3537SGD25
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.bipsolutions.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Responsive Repairs Service
Reference Number: BCHA/2025/RR
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of the Contract is the provision of a responsive repairs service to BCHA properties.
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: The scope of the Contract is the provision of a responsive repairs service to BCHA properties. This includes:
•Day to day responsive repairs
•Day to day emergency repairs
•Out of hours emergency repairs
•Occasional minor works
•Call handling and repair scheduling
A single Contractor will be appointed to deliver the Contract.
The Contract will last for an initial period of 5 years, with an option to extend at BCHA’s discretion for a further 3 years, giving a total potential term of 8 years.
The Contract will commence on 1st April 2025.
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: 1,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: 8 years from the contract award date
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 last for an initial period of 5 years, with an option to extend at BCHA’s discretion for a further 3 years, giving a total potential term of 8 years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2024 Time: 12:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/12/2024
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 8 years from the contract award date
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
This tender is being administered on behalf of Birmingham Civic Housing Association by Clarity Procurement Solutions Limited.
Potential Bidders wishing to participate in this tender opportunity are requested to:
Download and read the Invitation to Tender Document and supporting Appendices and Annexes to familiarise yourselves with the Birmingham Civic Housing Association’s requirements.
Submit a completed Invitation to Tender Document in accordance with the tender instructions, noting the deadline submission of 12:00 hours on 16/12/2024. Tenders mut be submitted via the Delta e-tendering portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Repair-and-maintenance-services./P3537SGD25
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P3537SGD25
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/11/2024
Annex A