Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 15th Nov 2024
Reference | ocds-h6vhtk-04b701 |
Common Procurement Vocabulary | Technical building-inspection services |
Procurement Method | Open procedure |
Value | £1,100,000 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 15th Nov 2024
Reference | ocds-h6vhtk-04b701 |
Common Procurement Vocabulary | Technical building-inspection services |
Procurement Method | Open procedure |
Value | £1,100,000 |
Section I: Contracting authority
I.1) Name and addresses
Milton Keynes City Council
Civic 1 Saxon Gate East
Milton Keynes
MK9 3EJ
corporateprocurement [at] milton-keynes.gov.uk
Telephone
+44 1908691691
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Buyer's address
https://www.milton-keynes.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned 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
https://in-tendhost.co.uk/milton-keynes/aspx/Home
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
Conditions Surveys (including HHSRS Assessments), and Energy Performance Surveys for Dwellings and Residential Blocks
Reference number
2024-091B
II.1.2) Main CPV code
- 71631300 - Technical building-inspection services
II.1.3) Type of contract
Services
II.1.4) Short description
Milton Keynes City Council (MKCC) manage a diverse property portfolio encompassing leisure, schools, commercial, corporate landlord and housing stock. MKCC’s repair, maintenance (R and M) and compliance obligations differ for the different stock types and leasehold responsibilities.MKCC are required to meet all statutory obligations in relation to our Housing stock. The Housing stock asset management function is controlled by the MKCC Housing Maintenance and Investment (HMI) team. Accordingly, this tender package for the Housing Stock encompasses:Dwelling Stock Condition Surveys, Energy Performance Certificates (EPC) and Housing Health and Safety Rating System (HHSRS) Assessments in relation to our dwelling stock.For any suppliers interested in this opportunity please visit our e-Tendering portal - https://in-tendhost.co.uk/milton-keynes/aspx/Home
II.1.5) Estimated total value
Value excluding VAT: £1,100,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71315300 - Building surveying services
- 71314300 - Energy-efficiency consultancy services
- 71631300 - Technical building-inspection services
II.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
II.2.4) Description of the procurement
MKCC are required to meet all statutory obligations in relation to our Housing stock. The Housing stock asset management function is controlled by the MKCC Housing Maintenance and Investment (HMI) team.Accordingly, this tender package for the Housing Stock encompasses:Dwelling Stock Condition Surveys, Energy Performance Certificates (EPC) and Housing Health & Safety Rating System (HHSRS) Assessments in relation to our dwelling and residential block stock.
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: £1,100,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There will be an option to extend for an additional 24 months.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: 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
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 stated within the Tender 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.2.2) Contract performance conditions
As stated within the Tender documents.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
17 December 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
17 December 2024
Local time
12:00pm
Place
Milton Keynes
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2030
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.