Lot 1 - North Area
Lot No:
1
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31527260
-
Lighting systems
34928500
-
Street-lighting equipment
35100000
-
Emergency and security equipment
35120000
-
Surveillance and security systems and devices
45000000
-
Construction work
45100000
-
Site preparation work
45112700
-
Landscaping work
45112723
-
Landscaping work for playgrounds
45232430
-
Water-treatment work
45261215
-
Solar panel roof-covering work
45262660
-
Asbestos-removal work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
45312320
-
Television aerial installation work
45313000
-
Lift and escalator installation work
45313100
-
Lift installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45316110
-
Installation of road lighting equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332300
-
Drain-laying work
45332400
-
Sanitary fixture installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45343200
-
Firefighting equipment installation work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45421000
-
Joinery work
45421100
-
Installation of doors and windows and related components
45421140
-
Installation of metal joinery except doors and windows
45421142
-
Installation of shutters
45421148
-
Installation of gates
45421151
-
Installation of fitted kitchens
45421152
-
Installation of partition walls
45421153
-
Installation of built-in furniture
45421160
-
Ironmongery work
45422000
-
Carpentry installation work
45430000
-
Floor and wall covering work
45431000
-
Tiling work
45431100
-
Floor-tiling work
45431200
-
Wall-tiling work
45432000
-
Floor-laying and covering, wall-covering and wall-papering work
45440000
-
Painting and glazing work
45441000
-
Glazing work
45442000
-
Application work of protective coatings
45442100
-
Painting work
45442110
-
Painting work of buildings
45450000
-
Other building completion work
45451000
-
Decoration work
45452000
-
Exterior cleaning work for buildings
45453000
-
Overhaul and refurbishment work
45454000
-
Restructuring work
50000000
-
Repair and maintenance services
50700000
-
Repair and maintenance services of building installations
50870000
-
Repair and maintenance services of playground equipment
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
51700000
-
Installation services of fire protection equipment
71220000
-
Architectural design services
71242000
-
Project and design preparation, estimation of costs
90650000
-
Asbestos removal services
II.2.3)
Place of performance
Main site or place of performance:
Lewisham
II.2.4)
Description of the procurement
Lot 1 is for the delivery of a range of planned works programmes to Lewisham Homes' housing stock in the north of the borough, under a JCT MTC 2015 (as amended) contract for a maximum period of 10 years (5 + 3 + 2 years).
The scope of the works includes but is not limited to: kitchen and bathroom replacements, window and door replacements, roof replacements and electrical re-wiring works. These will be priced using a blend of archetype, SOR and quotation-based pricing, structured in a clear hierarchy. It is envisaged that most works will be undertaken as part of a pre-planned programme but there is provision for some ad hoc works.
Lewisham Homes is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to completed a Selection Questionnaire and its associated appendices including the SQ Quality Schedule. Following evaluation of submitted SQs, Lewisham Homes anticipates short listing 6 bidders per Lot to be Invited to Tender under the second stage of the process; however, it reserves the right to increase that number by 1 or 2 up to a maximum of 8 bidders per Lot, should scores be closely placed around the cut-off point.
Full details of this opportunity and its requirements are included in the procurement and Tender documents, available to download from the EU Supply portal.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 147000000.00
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 number of candidates:
6
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 in increments of 3 years then 2 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
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.
At the time of seeking expressions of interest, Lewisham Homes has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.
Lot 2 - South Area
Lot No:
2
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31527260
-
Lighting systems
34928500
-
Street-lighting equipment
35100000
-
Emergency and security equipment
35120000
-
Surveillance and security systems and devices
45000000
-
Construction work
45100000
-
Site preparation work
45112700
-
Landscaping work
45112723
-
Landscaping work for playgrounds
45232430
-
Water-treatment work
45261215
-
Solar panel roof-covering work
45262660
-
Asbestos-removal work
45310000
-
Electrical installation work
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
45312320
-
Television aerial installation work
45313000
-
Lift and escalator installation work
45313100
-
Lift installation work
45315000
-
Electrical installation work of heating and other electrical building-equipment
45316110
-
Installation of road lighting equipment
45320000
-
Insulation work
45330000
-
Plumbing and sanitary works
45331000
-
Heating, ventilation and air-conditioning installation work
45331100
-
Central-heating installation work
45331200
-
Ventilation and air-conditioning installation work
45332000
-
Plumbing and drain-laying work
45332200
-
Water plumbing work
45332300
-
Drain-laying work
45332400
-
Sanitary fixture installation work
45340000
-
Fencing, railing and safety equipment installation work
45343000
-
Fire-prevention installation works
45343100
-
Fireproofing work
45343200
-
Firefighting equipment installation work
45350000
-
Mechanical installations
45400000
-
Building completion work
45410000
-
Plastering work
45420000
-
Joinery and carpentry installation work
45421000
-
Joinery work
45421100
-
Installation of doors and windows and related components
45421140
-
Installation of metal joinery except doors and windows
45421142
-
Installation of shutters
45421148
-
Installation of gates
45421151
-
Installation of fitted kitchens
45421152
-
Installation of partition walls
45421153
-
Installation of built-in furniture
45421160
-
Ironmongery work
45422000
-
Carpentry installation work
45430000
-
Floor and wall covering work
45431000
-
Tiling work
45431100
-
Floor-tiling work
45431200
-
Wall-tiling work
45432000
-
Floor-laying and covering, wall-covering and wall-papering work
45440000
-
Painting and glazing work
45441000
-
Glazing work
45442000
-
Application work of protective coatings
45442100
-
Painting work
45442110
-
Painting work of buildings
45450000
-
Other building completion work
45451000
-
Decoration work
45452000
-
Exterior cleaning work for buildings
45453000
-
Overhaul and refurbishment work
45454000
-
Restructuring work
50000000
-
Repair and maintenance services
50700000
-
Repair and maintenance services of building installations
50870000
-
Repair and maintenance services of playground equipment
51100000
-
Installation services of electrical and mechanical equipment
51110000
-
Installation services of electrical equipment
51120000
-
Installation services of mechanical equipment
51700000
-
Installation services of fire protection equipment
71220000
-
Architectural design services
71242000
-
Project and design preparation, estimation of costs
90650000
-
Asbestos removal services
II.2.3)
Place of performance
Main site or place of performance:
Lewisham
II.2.4)
Description of the procurement
Lot 2 is for the delivery of a range of planned works programmes to Lewisham Homes' housing stock in the south of the borough, under a JCT MTC 2015 (as amended) contract for a maximum period of 10 years (5 + 3 + 2 years).
The scope of the works includes but is not limited to: kitchen and bathroom replacements, window and door replacements, roof replacements and electrical re-wiring works. These will be priced using a blend of archetype, SOR and quotation-based pricing, structured in a clear hierarchy. It is envisaged that most works will be undertaken as part of a pre-planned programme but there is provision for some ad hoc works.
Lewisham Homes is following a two-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to completed a Selection Questionnaire and its associated appendices including the SQ Quality Schedule. Following evaluation of submitted SQs, Lewisham Homes anticipates short listing 6 bidders per Lot to be Invited to Tender under the second stage of the process; however, it reserves the right to increase that number by 1 or 2 up to a maximum of 8 bidders per Lot, should scores be closely placed around the cut-off point.
Full details of this opportunity and its requirements are included in the procurement and Tender documents, available to download from the EU Supply portal.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 133000000.00
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 number of candidates:
6
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 in increments of 3 years then 2 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
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.
At the time of seeking expressions of interest, Lewisham Homes has formed the view that TUPE may apply to the works being procured and bidders are advised to seek their own independent advice.