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