Construction Contract Leads
East of England
Category Works
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-0425ef |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive dialogue |
Value | £1,082,110,000 |
East of England
Category Works
Type
No. of Lots 1
Status Active
Published 15th Dec 2023
Reference | ocds-h6vhtk-0425ef |
Common Procurement Vocabulary | Construction work |
Procurement Method | Competitive dialogue |
Value | £1,082,110,000 |
Section I: Contracting authority
I.1) Name and addresses
Thurrock Borough Council
Civic Offices, New Road
Grays
RM17 6SL
Contact
Shelley Wood
shelley.wood [at] lumensol.co.uk
Telephone
+44 7342933523
Country
United Kingdom
NUTS code
UKH32 - Thurrock
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/thurrockcouncil/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Strategic Delivery Partner for Housing
Reference number
PS/2023/164
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
Thurrock Council are seeking to procure a suitable provider to act as Strategic Delivery Partner for Housing.The Contract Term is for an initial term of 10 years with two potential extension periods of five (5) years each. The maximum Contract Term is 20 years.
II.1.5) Estimated total value
Value excluding VAT: £1,082,110,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45400000 - Building completion work
- 51700000 - Installation services of fire protection equipment
- 48000000 - Software package and information systems
- 79400000 - Business and management consultancy and related services
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 71000000 - Architectural, construction, engineering and inspection services
- 51100000 - Installation services of electrical and mechanical equipment
- 45300000 - Building installation work
II.2.3) Place of performance
NUTS codes
- UKH32 - Thurrock
II.2.4) Description of the procurement
Thurrock are seeking expressions of interest from suitably skilled and experienced suppliers to be their Strategic Delivery Partner for Housing, the Tasks of this Contract are anticipated to comprise all the repairs, compliance and planned investment Tasks and services to the Thurrock housing stock (and designated corporate properties).Thurrock will require quality and cost to be managed principally by the Provider. Thurrock anticipates this can unlock savings through removing duplication between a traditional client and contractor relationship.Day to day management and responsibility for the Tasks will sit with the Provider, with Thurrock providing oversight, standards and policy, and necessary approvals.The successful Provider will enter into a TAC-1 Terms Alliance Contract (with break clauses) for an initial term of 10 years, with 2 possible extensions of 5 years each.Thurrock are following the competitive dialogue procurement procedure in accordance with the Public Contracts Regulations 2015.Following completion of the Selection Questionnaire and associated appendices prospective bidders will be shortlisted with six bidders anticipated being invited to submit outline solutions.Following evaluation of the quality proposals only, prospective bidders will again be shortlisted and invited to participate in dialogue with Thurrock. It is anticipated that three bidders will be invited.On completion of dialogue sessions the bidders will be invited to submit final Tenders for the full solution for evaluation.Full information can be found in attached tender documentation.
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: £1,092,900,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
28 February 2025
End date
27 February 2045
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
An initial term of 10 years with two potential extension periods of five (5) years each. The maximum Contract Term is 20 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
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
Can be found within the Tender docs issued.
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
25 January 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Thurrock reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. Thurrock shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with Thurrock shall be incurred entirely at that applicant's/tenderer's risk.Thurrock anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to the transfer of personnel from the incumbent contractor under this procurement. Thurrock's detailed requirements will be set out in the Contract Documents.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
na [at] na.com
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://theroyalcourtsofjustice.com/
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
Thurrock Borough Council shall incorporate a 10 calendar day standstill period starting the day after the date on which the award of the Contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the Contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom