Contract notice

Information

Published

Date of dispatch of this notice: 21/08/2017

Expire date: 28/09/2017

External Reference: 2017-574164

TED Reference: 2017/S 160-330599

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
8th Floor, Phoenix House, 10 Wandsworth Rd
London
SW8 2LL
UK
Contact person: Natalie Hailwood
Telephone: +442 079263614
NUTS code:  UKI45 -  Lambeth
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=21380&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned 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

Lollard Street Housing Management - Homes for Lambeth
II.1.2)

Main CPV code

70330000  -  Property management services of real estate on a fee or contract basis
II.1.3)

Type of contract

Services
II.1.4)

Short description

The purpose of this service is to ensure that:
- Homes for Lambeth maintains appropriate financial oversight of the Lollard Street management contract
- The operatives delivering services on behalf of Homes for Lambeth are identifiable as working on behalf of Homes for Lambeth
- Managing Agents maintain suitable information management systems and use effective information and communication technology
- The Homes for Lambeth board receives a sufficient level of information from the Managing Agent that enables it to exercise appropriate oversight of the Lollard Street management contract
II.1.5)

Estimated total value

Value excluding VAT: 1100000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50700000  -  Repair and maintenance services of building installations
70300000  -  Real estate agency services on a fee or contract basis
70331000  -  Residential property services
70333000  -  Housing services
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

OJEU Restricted tender
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  40
Price  -  Weighting:  60
II.2.6)

Estimated value

Value excluding VAT: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/02/2018  /  End: 04/02/2022
This contract is subject to renewal: yes
Description of renewals:  
1 + 1 year
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 106-212487
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/09/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/10/2017
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

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Royal Courts of Justice, The Strand
London
WC2a 2LL
UK