Contract notice

Information

Published

Date of dispatch of this notice: 30/10/2020

Expire date: 08/12/2020

External Reference: 2020-524658

TED Reference: 2020/S 215-528594

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Folashade Duyile
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=35049&B=LBLAMBETH
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 authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

London Borough of Lambeth Strategic Asset Partner
Reference number:  LBL/HS/FD
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth is seeking to appoint a Strategic Asset Partner (‘SAP’). The procurement process will follow the competitive procedure with negotiation process. The contract will be for a total asset management solution for the Council's housing stock that will join up strategic asset management, stock condition surveying, investment planning, carbon reduction, compliance, disrepair and procurement. The contract will be for an initial term of 3 years with 2 options to extend by a further year (3 + 1 + 1). The form of contract will be a bespoke Consultants’ Appointment, incorporating standard council conditions. The contract will be for a total value of approx GBP 801,680.00 per year.
II.1.5)

Estimated total value

Value excluding VAT: 4008400.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71315200  -  Building consultancy services
71530000  -  Construction consultancy services
71540000  -  Construction management services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79420000  -  Management-related services
II.2.4)

Description of the procurement

This procurement is for a Strategic Asset Partner, that will join up strategic asset management, stock condition surveying, investment planning, carbon reduction, compliance, disrepair and procurement in relation to the Council's housing stock. The aim of this procurement is to procure a solution that will provide the Council with:
• a total asset management solution that will join up strategic asset management, stock condition surveying, investment planning, carbon reduction, compliance, disrepair and procurement;
• a solution that will incorporate a Dynamic Purchasing System that will include both local and national contractors and dynamically evolve according to client procurement priorities and market developments;
• a solution that responds to resident priorities and has previously secured enthusiasm from members.
As part of this contract the successful organisation should deliver the required following outputs:
• stock condition survey – comprehensive asset data uploaded and accessible on the Council's chosen system(s);
• asset and investment strategy/plan – short, medium and long term costed improvement programmes;
• carbon reduction strategy/plan – incorporate costed targets and initiatives to meet Council aspirations;
• compliance plus framework (including fire risk) – prioritised and costed;
• disrepair strategy/plan – analyse trends to identify critical failure points. Targeted interventions to reduce costs by at least 10 %; incentivised by risk/reward;
• Dynamic Purchasing System (DPS) – managed by and maintained by the strategic asset partner and giving the Council capacity to procure on a project-by-project basis to meet changing requirements and needs; continually driving value for money.
It is currently anticipated that the proposed strategic asset partnership contract will start on the 28 June 2021 for the initial term of 3 years with two options to extend by a further year (3 + 1 + 1).
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: 4008400.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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 for 3 years with the option, as set out in contract terms, of two possible extensions of 1 years each.
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

Please refer to procurement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 178-431075
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/12/2020
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

Tender must be valid until:  05/08/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the scores of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1 2AS
UK
Telephone: +44 207261234