Contract notice

Information

Published

Date of dispatch of this notice: 28/10/2020

Expire date: 25/11/2020

External Reference: 2020-513249

TED Reference: 2020/S 212-520576

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Havering
Town Hall, Romford
London
RM1 3BB
UK
Telephone: +44 1717339800
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=34408&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

Regional or local agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

London Borough of Havering Repairs and Voids Contract
Reference number:  Ech 937
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Havering ("LBH") is seeking expressions of interest from suitably skilled and experienced service providers for the provision of responsive repairs and void works to its housing stock under a 10-year TPC 2005 (as amended). Works are to be delivered primarily through a Price Per Property and Price Per Void model.
LBH is following a three-stage Competitive Dialogue procurement procedure in accordance with the Public Contracts Regulations 2015. Full details of the requirements are included in the procurement and contract documents.
II.1.5)

Estimated total value

Value excluding VAT: 50366420.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45300000  -  Building installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45400000  -  Building completion work
50700000  -  Repair and maintenance services of building installations
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50720000  -  Repair and maintenance services of central heating
51700000  -  Installation services of fire protection equipment
79512000  -  Call centre
45421151  -  Installation of fitted kitchens
45211310  -  Bathrooms construction work
II.2.3)

Place of performance

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

Description of the procurement

The London Borough of Havering ("LBH") is seeking expressions of interest from suitably skilled and experienced service providers for the provision of responsive repairs and void works to its housing stock under a 10-year TPC 2005 (as amended). Works are to be delivered primarily through a Price Per Property and Price Per Void model. The contract will also include the provision of call handling within normal working hours, with the option to extend that to include all repair and maintenance call handling services including emergencies out of hours. Also included within scope is the potential for LBH to include planned works (such as but not limited to kitchen and bathroom/component replacements) and ad hoc fire related works such as the maintenance of fire doors.
LBH is following a three-stage Competitive Dialogue 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 (SQ) and its associated appendices. Following evaluation of submitted SQs, LBH anticipates shortlisting 6 bidders to be invited to submit detailed solutions under in the second stage of the process, though it reserves the right to increase that to a maximum of 8 bidders should scores be very closely placed around the cut-off point.
Full details of this opportunity and the requirements are included in the procurement and contract documents.
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: 50366420.00  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 detailed 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. At the time of seeking expressions of interest, LBH has formed the view that TUPE is likely to apply to the works being procured, and this may include LGPS implications. Bidders are advised to seek their own independent advice about the implications of TUPE.

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 detailed 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 detailed 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

Competitive dialogue
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:  25/11/2020
Local time:  12:00
IV.2.3)

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

Date: 06/01/2021
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 : 9  (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 Contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the Contract. 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 an interest or Tendering for the Contract.
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: 
The London Borough of Havering will observe a standstill period following the award of the
Contract 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