Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southern Housing
59-61 Clerkenwell Road
London
EC1M 5LA
UK
Contact person: Procurement Team
E-mail: procurement@effefftee.co.uk
NUTS: UKI
Internet address(es)
Main address: http://www.southernhousing.org.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
Contact person: Procurement Team
E-mail: procurement@effefftee.co.uk
NUTS: UKJ
Internet address(es)
Main address: https://www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
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
Souther Housing Modernisation/Installation of Passenger Lifts
II.1.2) Main CPV code
45313100
II.1.3) Type of contract
Works
II.1.4) Short description
Installation of passenger lifts within properties owned and managed by Southern Housing. The duration of the works is two years. This procurement is segregated into 4 lots. A Tenderer will not be awarded more than one Lot. The estimated total value ranges for the lots are as follows:
Lot 1 East London is between 1,700,000.00 GBP and 1,750,000.00 GBP
Lot 2 North London is between 1,750,000.00 GBP and 1,800,000.00 GBP
Lot 3 South East and South West is between 1,650,000.00 GBP and 1,700,000.00 GBP
Lot 4 Mix Regions is between 1,750,000.00 GBP and 1,800,000.00 GBP.
The maximum value for each range has been included within this notice and these are therefore not guaranteed.
II.1.5) Estimated total value
Value excluding VAT:
7 050 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
East London Passenger Lifts
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
East London
II.2.4) Description of the procurement
The scope of services are as follows:
- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts
- Discharge the duties of the Principal Contractor
- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts
- Provide 12 months maintenance visits during the Defects Liability Period
II.2.5) Award criteria
Criteria below:
Quality criterion: Method Statements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
1 750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
North London Passenger Lifts
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
North London
II.2.4) Description of the procurement
The scope of services are as follows:
- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts
- Discharge the duties of the Principal Contractor
- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts
- Provide 12 months maintenance visits during the Defects Liability Period
II.2.5) Award criteria
Criteria below:
Quality criterion: Method Statements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
1 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
South East and South West London Passenger Lifts
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
South East and South West London
II.2.4) Description of the procurement
The scope of services are as follows:
- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts
- Discharge the duties of the Principal Contractor
- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts
- Provide 12 months maintenance visits during the Defects Liability Period
II.2.5) Award criteria
Criteria below:
Quality criterion: Method Statements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
1 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Mix Regions Passenger Lifts
II.2.2) Additional CPV code(s)
45313100
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Mix regions across United Kingdom
II.2.4) Description of the procurement
The scope of services are as follows:
- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts
- Discharge the duties of the Principal Contractor
- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts
- Provide 12 months maintenance visits during the Defects Liability Period
II.2.5) Award criteria
Criteria below:
Quality criterion: Method Statements
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
1 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
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 stated 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 stated 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
Open procedure
IV.1.8) Information about 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:
20/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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)
IV.2.7) Conditions for opening of tenders
Date:
21/05/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231790.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231790)
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W22LL
UK
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
LONDON
W22LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A2AS
UK
VI.5) Date of dispatch of this notice
19/04/2024