Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
UK
Contact person: RBG Procurement Team
E-mail: procurement@royalgreenwich.gov.uk
NUTS: UKI51
Internet address(es)
Main address: http://www.royalgreenwich.gov.uk/
Address of the buyer profile: http://www.royalgreenwich.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
SPS 2777 - Major and Responsive Repairs and Void Refurbishment Contract
Reference number: DN725621
II.1.2) Main CPV code
45453100
II.1.3) Type of contract
Works
II.1.4) Short description
The Contracting Authority is seeking to enter into contracts with suitably qualified and experienced Contractors to undertake major and responsive repairs and voids refurbishment works within the borough of Greenwich. The details of works to be delivered under this contract are set out in more detail in the procurement documents.
This is a boroughwide contract and the Contracting Authority intends to enter into contracts with up to four (4) Tenderers (i.e., the top four (4) highest scoring Tenderers), who will be used as the main Contractors in relation to the Works.
The duration of the contract will be for an initial period of four (4) years with the option to further extend the contract on the same terms for a further period of up to three (3) years making possible a total contract period of seven (7) years.
The estimated total annual contract value is £8,000,000 (£8m). The estimated total contract value over seven (7) years including the optional extension period is £56,000,000 (£56m).
II.1.5) Estimated total value
Value excluding VAT:
56 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45211310
45421100
45421151
45453100
50000000
II.2.3) Place of performance
NUTS code:
UKI51
II.2.4) Description of the procurement
The Contracting Authority is seeking to enter into contracts with suitably qualified and experienced Contractors to undertake major and responsive repairs and voids refurbishment works within the borough of Greenwich. The details of works to be delivered under this contract are set out in more detail in the procurement documents.
The works required to be delivered under these contracts can include but are not restricted to:
- Major reactive repair works;
- Provision of major reactive repair reporting and scheduling services;
- Major reactive repairs to rented dwellings and mixed tenure blocks;
- Repairs and refurbishment of vacant dwellings (voids), which may include but is not limited to kitchen and bathroom installations as required;
- Drainage reactive repairs; and
- Minor remedials from fire risk assessments.
The Contracting Authority may introduce "Out of Hours and Emergency Reactive Repair Works". These works/services are not guaranteed at contract commencement and would be optional for the Contracting Authority to introduce with one (1) of the appointed contractors over the duration of the contract(s).
The Contracting Authority may require responsive repairs to be undertaken on occasion and will advise the Contractor(s) accordingly.
The contractors must be able to deliver all the works under this contract. Without limitation, the works are envisaged to support the delivery of major and responsive repairs and void refurbishment works within the borough of Greenwich.
The Contracting Authority intends to enter into contracts with up to four (4) Tenderers (i.e., the top four (4) highest scoring Tenderers), who will be used as the main Contractors in relation to the Works.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Price
/ Weighting:
50%
II.2.6) Estimated value
Value excluding VAT:
56 000 000.00
GBP
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:
The contract is expected to commence on or around December 2024 and will run for an initial period of four (4) years with the option to further extend the contract for a further period of up to three (3) years. The contract extension will be subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract including the optional extension periods is seven (7) years.
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:
Contractors should be suitably experienced and hold the relevant memberships.
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.2.3) 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:
01/07/2024
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:
01/07/2024
Local time: 13:00
Place:
RBG Offices
Information about authorised persons and opening procedure:
The Council's Procurement Officers
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
The procurement is being managed through the Contracting Authority's procurement portal, Proactis: https://procontract.due-north.com
To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at Proactis.
The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice. Full details of the scope and requirements for the opportunity are set out in the tender documentation issued by the Contracting Authority.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of their tenders and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
The Contracting Authority considers that this contract may be suitable for contractors that are small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out in the procurement documents.
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
The High Court of England and Wales
The Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Cabinet Office
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5) Date of dispatch of this notice
31/05/2024