Contract award notice

Information

Published

Date of dispatch of this notice: 04/05/2022

External Reference: 2022-531419

TED Reference: 2022/S 089-246303

Contract award notice

Contract award notice

Results of the procurement procedure

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
NUTS code:  UKI45 -  Lambeth
Internet address(es):
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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  4028250.00  GBP
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.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  60
Price  -  Weighting:  40
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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 215-528594

Section V: Award of contract

Contract No: 1

Title: Strategic Asset Partner (SAP):

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

04/05/2022
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Savills UK Ltd
33 Margaret Street,
London
UK
NUTS code:  UKI32 -  Westminster

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4028250.00  GBP

Section VI: Complementary information

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