Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Phoenix Community Housing
PHOENIX COMMUNITY HOUSING
LONDON
se6 2rp
UK
Contact person: James Peters
Telephone: +44 7985214880
E-mail: james.peters@phoenixch.org.uk
NUTS: UKI44
Internet address(es)
Main address: www.phoenixch.org.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA22607
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 the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk/
I.4) Type of the contracting authority
Other: Social Housing organisation
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Inspection and maintenance of play areas
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
Inspection and maintenance of play areas @ 27
II.1.5) Estimated total value
Value excluding VAT:
45 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI44
Main site or place of performance:
Downham, Bellingham and Grove Park
II.2.4) Description of the procurement
Phoenix is a resident led community housing organisation in the London Borough of Lewisham, in the areas of Downham, Bellingham and Grove Park. The contract is to undertake quarterly inspections and repairs and maintenance to 27 play areas/MUGA's/Adult gyms.
The contract is for 4 years plus 2 years extension.
The (%) shown below are the criteria weighting.
The following documents must be submitted with your bid.
Schedules 3a and 3b, the tender price. (50%) These should be submitted as an excel spreadsheet and a pdf, to facilitate evaluation.
Mandatory polices @ 7 (10%) and social value proposal (5%), see Schedule 4.
Document to enable assessment of Health and Safety (15%)and Sustainability (5%).
Presentation of the fitness of your organisation to provide this service, (management and resource 15%). This should also include a sample of your inspection reports including summary, and how you will report on completed works.
You do not need to return the contract, schedule 1 and 2 as they are for your information.
Schedule 5 on data processing is for completion post contract award.
II.2.5) Award criteria
Criteria below:
Quality criterion: Health and Safety
/ Weighting: 15
Quality criterion: Policies
/ Weighting: 10
Quality criterion: Management and Resources
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
24 months
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 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/09/2023
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
Tender must be valid until:
01/12/2023
IV.2.7) Conditions for opening of tenders
Date:
04/09/2023
Local time: 12:00
Place:
The Green Man
Information about authorised persons and opening procedure:
James Peters
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=229724.
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:229724)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
20/07/2023