[TedS09F03ContractAwardNotice]

[Information]

[Published]

[DateDispatch]: 2022-05-04

[ExternalReference]: 2022-531419

[TedReference]: 2022/S 089-246303

[TedS09F03ContractAwardNotice]

Avis d’attribution de marché

Résultats de la procédure de marché

Directive 2014/24/UE

Section I: Pouvoir adjudicateur

I.1)

Nom et adresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Point(s) de contact: Folashade Duyile
Code NUTS:  UKI45 -  Lambeth
Adresse(s) internet:
Adresse principale: http://www.lambeth.gov.uk

I.4)

Type de pouvoir adjudicateur

Autorité régionale ou locale
I.5)

Activité principale

Services généraux des administrations publiques

Section II: Objet

II.1)

Étendue du marché

II.1.1)

Intitulé

London Borough of Lambeth Strategic Asset Partner
Numéro de référence:  LBL/HS/FD
II.1.2)

Code CPV principal

71000000  - 
II.1.3)

Type de marché

Services
II.1.4)

Description succincte

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 sur les lots

Ce marché est divisé en lots: non
II.1.7)

Valeur totale du marché

Valeur hors TVA:  4028250.00  GBP
II.2)

Description

II.2.2)

Code(s) CPV additionnel(s)

71310000  - 
71315200  - 
71530000  - 
71540000  - 
71541000  - 
72224000  - 
79420000  - 
II.2.3)

Lieu d'exécution

Code NUTS:  UKI45 -  Lambeth
II.2.4)

Description des prestations

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)

Critères d’attribution

Critères énoncés ci-dessous
Critère de qualité  -  Nom:  Quality  /  Pondération:  60
Prix  -  Pondération:  40
II.2.11)

Information sur les options

Options: oui
Description des 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 sur les fonds de l'Union européenne

Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non

Section IV: Procédure

IV.1)

Description

IV.1.1)

Type de procédure

Procédure concurrentielle avec négociation
IV.1.8)

Information concernant l’accord sur les marchés publics (AMP)

Le marché est couvert par l'accord sur les marchés publics : oui
IV.2)

Renseignements d'ordre administratif

IV.2.1)

Publication antérieure relative à la présente procédure

Numéro de l'avis au JO série S: 2020/S 215-528594

Section V: Attribution du marché

Marché nº: 1

Intitulé: Strategic Asset Partner (SAP):

Un marché/lot est attribué: oui
V.2)

Attribution du marché

V.2.1)

Date de conclusion du marché

04/05/2022
V.2.2)

Informations sur les offres

Nombre d'offres reçues:  7
Nombre d'offres reçues de la part de PME:  4
Le marché a été attribué à un groupement d'opérateurs économiques :  non
V.2.3)

Nom et adresse du titulaire

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

Le titulaire est une PME : non
V.2.4)

Informations sur le montant du marché/du lot (hors TVA)

Valeur totale du marché/du lot:  4028250.00  GBP

Section VI: Renseignements complémentaires

VI.4)

Procédures de recours

VI.4.1)

Instance chargée des procédures de recours

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.2)

Organe chargé des procédures de médiation

The High Court
United Kingdom
London
WC2A 2LL
UK

VI.4.3)

Introduction de recours

Précisions concernant les délais d'introduction de recours: 
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 auprès duquel des renseignements peuvent être obtenus sur l'introduction de recours

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