Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
UK
Contact person: Mr Christopher Gregory
E-mail: AMPT@southwark.gov.uk
NUTS: UKI
Internet address(es)
Main address: http://www.southwark.gov.uk
Address of the buyer profile: http://www.southwark.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/Advert/Index?advertId=022f3e6a-3143-ee11-8124-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=022f3e6a-3143-ee11-8124-005056b64545
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
Voids and Temporary Accommodation Voids Works
Reference number: DN656314
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The Authority is seeking to procure four contracts (Contracts A, B, C & D) for a period of 3 years, which will include the option, at the Authority’s sole discretion, to extend up to a maximum of 2 further years through the implementation of the extensions (subject to the successful Contractors’ adherence to the Agreements and yearly reviews). The Works are described in detail in the tender and contract documents and the scope of works covers:
• repair and refurbishment works;
• compliance, safety checks and works;
• energy improvement measures;
• damp and mould treatments;
• decorative works;
• electrical and mechanical works; and
• back up to disrepair works when required to assist in peak demands
• Contract A: Bermondsey, Rotherhithe and Borough & Bankside
• Contract B: Peckham and Nunhead
• Contract C: Camberwell and Dulwich
• Contract D: Walworth and temporary accommodation Out of Southwark
II.1.5) Estimated total value
Value excluding VAT:
59 000 000.00
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:
UK
II.2.4) Description of the procurement
The Council intends to enter into four (4) Voids and Temporary Accommodation Voids Works Contracts to meet the Council’s requirements to bring forward high quality, affordable homes as soon as possible.
The Council intends to enter into four (4) Voids and Temporary Accommodation Voids Works Contracts for an initial period of three (3) years, with the option to extend for up to a further two (2) years in increments at the Council’s discretion (giving a total possible term across the four (4) contracts of five (5) years each). The total possible estimated contract value across the full possible five (5) years is £59,000,000, and this is divided between the contracts as follows:
1. Contract A - Bermondsey, Rotherhithe and Borough and Bankside - £14.75m
2. Contract B - Peckham and Nunhead - £14.75m
3. Contract C - Camberwell and Dulwich - £14.75m
4. Contract D - Walworth and Temporary Accommodation Out of Southwark - £14.75m
The proposed scope of works for the new contracts are:
• repair and refurbishment works;
• compliance, safety checks and works;
• energy improvement measures;
• damp and mould treatments;
• decorative works;
• electrical and mechanical works; and
• back up to disrepair works when required to assist in peak demands.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
59 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 16
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contracts will be let with an initial term of three (3) years with an option to extend by up to a further two (2) years in increments at the Council’s sole discretion.
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 set out 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
The Council anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractors under this procurement. The Council's detailed requirements will be set out in the Contract 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
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:
03/10/2023
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/01/2024
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will conduct itself in accordance with the Public Contract Regulations 2015
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
31/08/2023