Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SPS 2717 - Housing Adaptations Works (Internal and External)

  • First published: 29 March 2024
  • Last modified: 29 March 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044e62
Published by:
Royal Borough of Greenwich
Authority ID:
AA20360
Publication date:
29 March 2024
Deadline date:
30 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority is seeking to enter into contracts with suitably qualified and experienced contractors to undertake internal and external adaptation works in Council properties for disabled tenants across the borough.

The details of works to be delivered under this contract are set out in more detail in the procurement documents.

The works have been divided into two (2) lots as follows:

Lot 1 - Internal Adaptations (predominantly but not limited to) covering shower over bath; bathroom to wet room conversion; combining WC/bathroom into a wet room; constructing new WC, constructing new bathroom, constructing new wet room, constructing new combined WC/bathroom, constructing new combined WC/wet room; providing wash/dry WC; minor adaptation to existing kitchen; complete kitchen renewal; reconfiguring internal arrangements; forming doorways; widening doorways; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to external drainage; electrical; plumbing & drainage services and decorating.

Lot 2 - External Adaptations (predominantly but not limited to) covering groundworks; rubbish clearance; demolition of small structures; landscaping; taking down and removing sheds/greenhouses; concreting; removing / amending / constructing pathways; constructing vehicle hard standing; paving; brickwork; demolishing/building brick retaining walls; removing/modifying/installing fencing & gates; forming ramps/steps; modular ramps/steps; forming doorways & windows; widening/adjusting existing doorways & windows; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to internal drainage; electrical; plumbing & drainage services; decorating; constructing porches and home extensions.

This is a boroughwide contract and the Contracting Authority intends to award contracts in the following manner:

1) For Lot 1 (Internal Adaptations): The Contracting Authority will enter into contracts with up to five (5) Contractors (i.e., the top five (5) highest scoring Tenderers), but only the top two (2) highest scoring Contractors (i.e., the number 1 and number 2 ranked Tenderers) will be used as the main Contractors in relation to the Works. The third, fourth and fifth highest scoring Contractors (i.e., the number 3, number 4 and number 5 ranked Tenderers) will be reserve Contractors and will only be used at the sole discretion of the Contracting Authority.

2) For Lot 2 (External Adaptations): The Contracting Authority will enter into contracts with up to three (3) Contractors, but only the highest scoring Contractor (i.e., number 1 ranked Tenderer) will be used as the main Contractor in relation to the Works. The second and third highest scoring Contractors (i.e., the number 2 and number 3 ranked Tenderers) will be reserve Contractors and will only be used at the sole discretion of the Contracting Authority.

The duration of the contract will be for an initial period of three (3) years with the option to extend the contract period on the same terms for a further two periods of up to 12 months each making possible a total contract period of five (5) years.

The estimated annual contract value for both Lots is £2,000,000 (£2m). The estimated total contract value for both Lots over five (5) years including the optional extension periods is £10,000,000 (£10m).

Full notice text

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

Telephone: +44 12345

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 2717 - Housing Adaptations Works (Internal and External)

Reference number: DN716987

II.1.2) Main CPV code

45000000

 

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 internal and external adaptation works in Council properties for disabled tenants across the borough.

The details of works to be delivered under this contract are set out in more detail in the procurement documents.

The works have been divided into two (2) lots as follows:

Lot 1 - Internal Adaptations (predominantly but not limited to) covering shower over bath; bathroom to wet room conversion; combining WC/bathroom into a wet room; constructing new WC, constructing new bathroom, constructing new wet room, constructing new combined WC/bathroom, constructing new combined WC/wet room; providing wash/dry WC; minor adaptation to existing kitchen; complete kitchen renewal; reconfiguring internal arrangements; forming doorways; widening doorways; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to external drainage; electrical; plumbing & drainage services and decorating.

Lot 2 - External Adaptations (predominantly but not limited to) covering groundworks; rubbish clearance; demolition of small structures; landscaping; taking down and removing sheds/greenhouses; concreting; removing / amending / constructing pathways; constructing vehicle hard standing; paving; brickwork; demolishing/building brick retaining walls; removing/modifying/installing fencing & gates; forming ramps/steps; modular ramps/steps; forming doorways & windows; widening/adjusting existing doorways & windows; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to internal drainage; electrical; plumbing & drainage services; decorating; constructing porches and home extensions.

This is a boroughwide contract and the Contracting Authority intends to award contracts in the following manner:

1) For Lot 1 (Internal Adaptations): The Contracting Authority will enter into contracts with up to five (5) Contractors (i.e., the top five (5) highest scoring Tenderers), but only the top two (2) highest scoring Contractors (i.e., the number 1 and number 2 ranked Tenderers) will be used as the main Contractors in relation to the Works. The third, fourth and fifth highest scoring Contractors (i.e., the number 3, number 4 and number 5 ranked Tenderers) will be reserve Contractors and will only be used at the sole discretion of the Contracting Authority.

2) For Lot 2 (External Adaptations): The Contracting Authority will enter into contracts with up to three (3) Contractors, but only the highest scoring Contractor (i.e., number 1 ranked Tenderer) will be used as the main Contractor in relation to the Works. The second and third highest scoring Contractors (i.e., the number 2 and number 3 ranked Tenderers) will be reserve Contractors and will only be used at the sole discretion of the Contracting Authority.

The duration of the contract will be for an initial period of three (3) years with the option to extend the contract period on the same terms for a further two periods of up to 12 months each making possible a total contract period of five (5) years.

The estimated annual contract value for both Lots is £2,000,000 (£2m). The estimated total contract value for both Lots over five (5) years including the optional extension periods is £10,000,000 (£10m).

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Internal Adaptations

II.2.2) Additional CPV code(s)

44115800

44410000

45210000

45262300

45262500

45262520

45262522

45262600

45262620

45262800

45311000

45317000

45332000

45341000

45342000

45421100

45421110

45421111

45421112

45421120

45421130

45421131

45421132

45421141

45421151

45442100

45442180

45442190

45453000

II.2.3) Place of performance

NUTS code:

UKI51


Main site or place of performance:

Within the Royal Borough of Greenwich

II.2.4) Description of the procurement

The Contracting Authority wishes to procure up to five (5) contractors for undertaking internal adaptation works in Council properties for disabled tenants across the borough as set out in the specifications.

The works for Lot 1 relate to Internal Adaptations (predominantly but not limited to) covering shower over bath; bathroom to wet room conversion; combining WC/bathroom into a wet room; constructing new WC, constructing new bathroom, constructing new wet room, constructing new combined WC/bathroom, constructing new combined WC/wet room; providing wash/dry WC; minor adaptation to existing kitchen; complete kitchen renewal; reconfiguring internal arrangements; forming doorways; widening doorways; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to external drainage; electrical; plumbing & drainage services and decorating.

The economic operators must be able to deliver all the works under this lot. Without limitation, the works are envisaged to support the provision and delivery of internal adaptations in Council properties within the borough of Greenwich.

The Contracting Authority will enter into contracts with up to five (5) contractors for this lot, but only the top two (2) highest scoring Tenderers (i.e., the number 1 and number 2 ranked Tenderers) will be used as the main contractors in relation to the Works. The third, fourth and fifth highest scoring Tenderers (i.e., the number 3, number 4 and number 5 ranked Tenderers) will be reserve contractors and will only be used at the sole discretion of the Contracting Authority.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50%

Price / Weighting:  50%

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further two periods of 12 months each.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

The objective criteria for choosing the limited number of Candidates (Applicants) is set out in the document containing the SQ Instructions for Applicants and the Selection Questionnaire (SQ). Applicants to the SQ will be assessed based on their responses to the SQ. The Contracting Authority will invite the ten (10) highest scoring Candidates (Applicants) at the SQ stage to submit tenders at the ITT (Invitation to Tender) stage.

The Contracting Authority reserves the right to invite up to two (2) extra Candidates (Applicants) should the scores be close (i.e., less than 2% difference in the scoring between the bottom placed Candidates (Applicants)).

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

Lot 2 – External Adaptations

II.2.2) Additional CPV code(s)

45210000

45262300

45262500

45262520

45262522

45262600

45262620

45262800

45332000

45341000

45342000

45421100

45421110

45421111

45421112

45421130

45421131

45421132

45442100

45442180

45442190

II.2.3) Place of performance

NUTS code:

UKI51


Main site or place of performance:

Within the Royal Borough of Greenwich

II.2.4) Description of the procurement

The Contracting Authority wishes to procure up to three (3) contractors for undertaking external adaptation works in Council properties for disabled tenants across the borough as set out in the specifications.

The works for Lot 2 relate to External Adaptations (predominantly but not limited to) – groundworks; rubbish clearance; demolition of small structures; landscaping; taking down and removing sheds/greenhouses; concreting; removing / amending / constructing pathways; constructing vehicle hard standing; paving; brickwork; demolishing/building brick retaining walls; removing/modifying/installing fencing & gates; forming ramps/steps; modular ramps/steps; forming doorways & windows; widening/adjusting existing doorways & windows; new windows; new entrance doors, new patio doors; garage conversions; internal & external drainage; connections to internal drainage; electrical; plumbing & drainage services; decorating; constructing porches and home extensions.

The economic operators must be able to deliver all the works under this lot. Without limitation, the works are envisaged to support the provision and delivery of external adaptations in Council properties within the borough of Greenwich.

The Contracting Authority will enter into contracts with up to three (3) contractors appointed to Lot 2 (External Adaptations), but only the highest scoring Tenderer (i.e., number 1 ranked Tenderer) will be used as the main Contractor in relation to the Works. The second and third highest scoring Tenderers (i.e., the number 2 and number 3 ranked Tenderers) will be reserve Contractors, and will only be used at the sole discretion of the Authority.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50%

Price / Weighting:  50%

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further two periods of 12 months each.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

The objective criteria for choosing the limited number of Candidates (Applicants) is set out in the document containing the SQ Instructions for Applicants and the Selection Questionnaire (SQ). Applicants to the SQ will be assessed based on their responses to the SQ. The Contracting Authority will invite the six (6) highest scoring Candidates (Applicants) at the SQ stage to submit tenders at the ITT (Invitation to Tender) stage.

The Contracting Authority reserves the right to invite up to two (2) extra Candidates (Applicants) should the scores be close (i.e., less than 2% difference in the scoring between the bottom placed Candidates (Applicants)).

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:

Selection criteria 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 30/04/2024

Local time: 17:00

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: 9 (from the date stated for receipt of tender)

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

This procurement is being managed through the Contracting Authority's e-tendering portal, Proactis Procontract, hosted at: 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 Procontract.

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 this opportunity is set out in the procurement documents issued by the Contracting Authority.

All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender 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 economic operators that are small or medium enterprises (SMEs). Selection 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

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

UK

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
44410000 Articles for the bathroom and kitchen Miscellaneous fabricated products and related items
45262520 Bricklaying work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
45262800 Building extension work Special trade construction works other than roof works
44115800 Building internal fittings Building fittings
45262300 Concrete work Special trade construction works other than roof works
45000000 Construction work Construction and Real Estate
45311000 Electrical wiring and fitting work Electrical installation work
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45341000 Erection of railings Fencing, railing and safety equipment installation work
45421110 Installation of door and window frames Joinery work
45421111 Installation of door frames Joinery work
45421131 Installation of doors Joinery work
45421130 Installation of doors and windows Joinery work
45421100 Installation of doors and windows and related components Joinery work
45421151 Installation of fitted kitchens Joinery work
45421141 Installation of partitioning Joinery work
45421120 Installation of thresholds Joinery work
45421112 Installation of window frames Joinery work
45421132 Installation of windows Joinery work
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
45262600 Miscellaneous special-trade construction work Special trade construction works other than roof works
45317000 Other electrical installation work Electrical installation work
45453000 Overhaul and refurbishment work Other building completion work
45442100 Painting work Application work of protective coatings
45442190 Paint-stripping work Application work of protective coatings
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45442180 Repainting work Application work of protective coatings
45262620 Supporting walls Special trade construction works other than roof works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@royalgreenwich.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.