Contract notice

Information

Published

Date of dispatch of this notice: 03/02/2020

Expire date: 04/03/2020

External Reference: 2020-548530

TED Reference: 2020/S 027-063336

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Lewisham Homes Limited
05887410
Old Town Hall, Catford Road
London
SE6 4RU
UK
Contact person: Katie McVea
Telephone: +44 1707339800
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=31778&B=ECHELON
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

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

Lewisham Homes DLO Repairs Support Contracts
Reference number:  Ech 944
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Works
II.1.4)

Short description

Lewisham Homes is seeking expressions of interest from suitably skilled and experienced service providers to deliver a range of works and services under contract and framework arrangements, to support its in-house Direct Labour Organisation. These comprise: 2 general build contracts, to be split geographically north and south of the borough, primarily to deliver responsive repairs and voids works to support Lewisham Homes' in-house Direct Labour Organisation (DLO); a roofing contract; a drainage and groundworks contract; a damp investigation and leaks detection contract; an out of hours contact centre contract; a scaffolding and access equipment framework; and a waste management framework.
II.1.5)

Estimated total value

Value excluding VAT: 27400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

1a - General Build (North Area)
Lot No:  1a
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
79512000  -  Call centre
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This General Build Contract will be to undertake responsive repair and void works to stock in the North area of Lewisham Homes' operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract will be a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (5+5).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 13000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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 initially be awarded for a duration of 5 years, with the option to extend by up to a further 5 years to a maximum duration of 10.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents, available to download from the EU Supply portal.
II.2)

Description

II.2.1)

Title

1b - General Build (South Area)
Lot No:  1b
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This General Build Contract will be to undertake responsive repair and void works to stock in the South area of Lewisham Homes' operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract will be a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (5+5).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 9000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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 be awarded for an initial period of 5 years with the option to extend by up to a further 5 years, to a maximum duration of 10 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
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

2 - Roofing Works
Lot No:  2
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This Roofing Contract will primarily to undertake roof repair works but with the provision for ad hoc roof replacements to be included in scope. This contract will be a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Roofing Contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

3 - Drainage and Groundworks
Lot No:  3
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This Drainage and Groundworks Contract will be to undertake drainage and groundwork repair works plus the installation of new components where required. This contract will be a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 2000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Drainage and Groundworks Contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

4 - Damp Detection and Leaks Investigation
Lot No:  4
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This Damp Detection and Leaks Investigation Contract will be to undertake trace and access, and damp detection works, plus the associated remedial works including making good. This will include assisting Lewisham Homes to manage/resolve housing disrepair claims. This contract will be a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 440000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Drainage and Damp Detection and Leak Investigation Contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

5 - Scaffolding and Access Equipment
Lot No:  5
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken.
This Scaffolding and Access Equipment Framework will be to undertake scaffolding and associated works including access works via equipment such as cherry pickers and the like. This framework will be awarded to between 2 and 6 providers. There will be an overarching framework agreement under which call offs will be via a JCT Measured Term Contract (as amended) for 4 years.
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 520000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

6 - Waste Management
Lot No:  6
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the works under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken.
This Waste Management Framework will be for the provision of a waste management site/depot/facility for the receipt and appropriate recycling/disposal of site-based waste generated by Lewisham Homes' DLO and other contractors. There will also be a requirement to collect waste from site on an ad hoc basis and for the provision of a skip service. This framework will be awarded to between 2 and 6 providers. There will be an overarching framework agreement under which call offs will be via a JCT Measured Term Contract (as amended) for 4 years.
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 440000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2)

Description

II.2.1)

Title

7 - Out of Hours Contact Centre
Lot No:  7
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44212310  -  Scaffolding
44212315  -  Equipment for scaffolding
44212317  -  Scaffolding structures
45111240  -  Ground-drainage work
45111250  -  Ground investigation work
45211310  -  Bathrooms construction work
45222110  -  Waste disposal site construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45260000  -  Roof works and other special trade construction works
45261200  -  Roof-covering and roof-painting work
45261410  -  Roof insulation work
45261900  -  Roof repair and maintenance work
45262100  -  Scaffolding work
45262110  -  Scaffolding dismantling work
45262120  -  Scaffolding erection work
45262300  -  Concrete work
45310000  -  Electrical installation work
45311000  -  Electrical wiring and fitting work
45312310  -  Lightning-protection works
45332000  -  Plumbing and drain-laying work
45343100  -  Fireproofing work
45421100  -  Installation of doors and windows and related components
45421151  -  Installation of fitted kitchens
45451000  -  Decoration work
50232100  -  Street-lighting maintenance services
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
51110000  -  Installation services of electrical equipment
51120000  -  Installation services of mechanical equipment
51700000  -  Installation services of fire protection equipment
71351500  -  Ground investigation services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71631430  -  Leak-testing services
90500000  -  Refuse and waste related services
90533000  -  Waste-tip management services
90922000  -  Pest-control services
79512000  -  Call centre
II.2.3)

Place of performance

Main site or place of performance:  
Lewisham
II.2.4)

Description of the procurement

Lewisham Homes is procuring the services under a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes' in-house Direct Labour Organisation (DLO). The contract will be awarded to a single provider.
This Out of Hours Contact Centre Contract will be for the provision of a contact centre and call handling service to manage out of hours emergencies including repairs and ASB. This will be a JCT Services Contract (as amended) for a maximum of 4 years (2+2).
Under the first stage of the process, prospective providers are required to complete a Selection Questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per Lot to be Invited to Tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per Lot.
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: 240000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The out of hours Contact Centre Contract will initially be awarded for a period of two years with the option to extend for up to a further two 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
II.2.14)

Additional information

Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.

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 set out in the procurement 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 set out in the procurement documents.
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

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  04/03/2020
Local time:  12:00
IV.2.3)

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

Date: 25/03/2020
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.3)

Additional information

At the time of inviting expressions of interest, the Client has formed the view that TUPE may apply to apply to the works/services which are being procured. Participants therefore need to take into account the requirements of TUPE and are advised to seek their own independent advice on the potential implications and requirements of TUPE.
The Contracting Authority reserves the right to cancel the procurement and not to proceed with any or all of the contracts/frameworks at any stage of the procurement process. The Contracting Authority also reserves the right not to award any or all of the contracts and/or frameworks. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for these contracts and frameworks.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Lewisham Homes will observe a standstill period following the award of the Contracts/Frameworks and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK