PAN3048 - Emergency Repairs Call Handling Service

Award

Value

£301,596

Classifications

  • Real estate services

Tags

  • award

Submission Deadline

1 year ago

Published

11 months ago

Description

The Housing Division within Leicester City Council manages just over 19,500 properties and we are the largest landlord in the City. These properties are a mix of houses, bedsits, bungalows, flats, maisonettes and sheltered accommodation.\r
\r
Each year, we complete approximately 130,000 responsive repairs during normal working hours, and those repairs are carried out by around 300 craft operatives.\r
\r
Outside of normal working hours, we provide an emergency repairs service to our tenants, who can report emergency repairs via a published emergency repairs telephone line.\r
\r
Most of these repairs are carried out by our own staff, a small number of whom participate on an emergency repairs rota, but we also use a small number of contractors for more specialist repairs.\r
\r
The services required are the handling of all of the Authority's Housing Divisions emergency repairs calls received on the tenant's emergency repairs telephone number. The Service Provider will be required to identify genuine emergency calls, log an emergency repair job on the Authority's IT system, and issue the job to an Emergency Repair Operative using the Authority's work scheduling system, following the required operational procedures.\r
\r
Average annual call volumes are 18,000 calls received with 9,600 calls requiring an emergency repairs job to be raised and issued to an operative.\r
\r
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further two years. We anticipate awarding to a single Service Provider.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Conventional Property and Land Valuations services to North London Waste Authority

North London Waste Authority (NLWA) owns an extensive portfolio of land, properties and facilities across north London. For each site within this portfolio, NLWA requires conventional financial valuations to support and underpin its annual financial audits. The valuations must be prepared using rigorous methodologies that reflect current market conditions and adhere to the high standards practised by leading valuation firms. The successful bidder will be expected to adopt a robust approach that includes comprehensive site inspections, detailed local market research, and thorough comparative analyses. Each valuation should yield audit-ready reports that clearly outline the methodology, key assumptions, market data, and final valuation figures. Additionally, the bidder should demonstrate extensive expertise across a range of property sectors-covering commercial, residential, and rural assets-to ensure that the unique characteristics of each asset within the north London area are fully taken into account. Advanced digital and data-driven techniques should be incorporated to deliver precise, real-time valuations that stand up to the stringent requirements of the annual audit cycle. For more information about the procurement and the specialist skills required, please refer to the associated tender documents. In particular, prospective bidders must ensure that they have read and fully understood the "Specialist Skills Required" in Schedule 2 of the Invitation to Tender before submitting a proposal. This specifies the mandatory competencies, sectoral expertise and methodological proficiencies against which all bids will be assessed. Failure to address each criterion set out in this section in its entirety will render a submission non-compliant and ineligible for further consideration. Bidders are strongly advised to familiarise themselves thoroughly with these requirements and to structure their responses so as to demonstrate clear alignment with every aspect of the Authority's evaluation framework. Additional information: The completed and signed Tender should be submitted on or before the Tender deadline via the following portal, In-Tend (www.in-tendhost.co.uk/nlwa/). Variant bids are not permitted and, if submitted, NLWA reserves the right to reject any such bid. For more information about submitting the Tender, please refer to the associated tender documents including but not limited to the Invitation to Tender.

Open

Provision of Conventional Property and Land Valuations services to North London Waste Authority

North London Waste Authority (NLWA) owns an extensive portfolio of land, properties and facilities across north London. For each site within this portfolio, NLWA requires conventional financial valuations to support and underpin its annual financial audits. The valuations must be prepared using rigorous methodologies that reflect current market conditions and adhere to the high standards practised by leading valuation firms. The successful bidder will be expected to adopt a robust approach that includes comprehensive site inspections, detailed local market research, and thorough comparative analyses. Each valuation should yield audit-ready reports that clearly outline the methodology, key assumptions, market data, and final valuation figures. Additionally, the bidder should demonstrate extensive expertise across a range of property sectors-covering commercial, residential, and rural assets-to ensure that the unique characteristics of each asset within the north London area are fully taken into account. Advanced digital and data-driven techniques should be incorporated to deliver precise, real-time valuations that stand up to the stringent requirements of the annual audit cycle. For more information about the procurement and the specialist skills required, please refer to the associated tender documents. In particular, prospective bidders must ensure that they have read and fully understood the "Specialist Skills Required" in Schedule 2 of the Invitation to Tender before submitting a proposal. This specifies the mandatory competencies, sectoral expertise and methodological proficiencies against which all bids will be assessed. Failure to address each criterion set out in this section in its entirety will render a submission non-compliant and ineligible for further consideration. Bidders are strongly advised to familiarise themselves thoroughly with these requirements and to structure their responses so as to demonstrate clear alignment with every aspect of the Authority's evaluation framework.

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete