Contract notice

Information

Published

Date of dispatch of this notice: 07/05/2020

Expire date: 08/06/2020

External Reference: 2020-553384

TED Reference: 2020/S 091-218476

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
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=32922&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 Major Works Framework
Reference number:  Ech 948
II.1.2)

Main CPV code

45300000  -  Building installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Lewisham Homes is seeking expressions of interest from suitably skilled and experienced contractors to deliver ad hoc major works across its housing stock portfolio. The 4-year Framework will be awarded to between 6-8 contractors. The call-off Contract will be a JCT MTC (as amended). Contractors will also be required to sign a Collaboration Agreement. Lewisham Homes is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, Lewisham Homes anticipates inviting 12 contractors to Tender under the second stage of the process; however, it reserves the right to increase that number by 1 or 2 if scores are closely placed around the cut-off point. Full details of this opportunity and how to respond are included in the procurement and Tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 40000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

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

Lewisham Homes is seeking expressions of interest from suitably skilled and experienced contractors to deliver a range of major works across its housing stock portfolio. Works will be ad hoc in nature, not part of a large-scale planned programme and Lewisham Homes is seeking contractors who will work collaboratively with it to deliver such projects, which may be complex in nature.
The 4-year Framework will be awarded to between 6-8 contractors under a Framework Agreement. The call-off Contract will be a JCT MTC (as amended) and successfully appointed contractors will also be required to sign a Collaboration Agreement committing to work in partnership with Lewisham Homes and its other contractors to ensure a consistent, joined-up approach is taken to delivering works of high quality to its residents.
Lewisham Homes is following a two-stage Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, Lewisham Homes anticipates inviting 12 contractors 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 14 if scores are closely placed around the cut-off point.
Full details of this opportunity and how to respond are included in the procurement and Tender documents, which are available to download from EU Supply.
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: 40000000.00  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: 12  /  Maximum number: 14
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

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.

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:  8
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/06/2020
Local time:  12:00
IV.2.3)

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

Date: 30/06/2020
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

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Framework. 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 this Framework.
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 Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK