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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.