Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 31st Aug 2023

Tender Details
Referenceocds-h6vhtk-03f890
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£59,000,000
More Tenders »

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 31st Aug 2023

Tender Details
Referenceocds-h6vhtk-03f890
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£59,000,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Southwark

Southwark Council, 160 Tooley Street

London

SE1 2QH

Contact

Mr Christopher Gregory

Email

AMPT [at] southwark.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.southwark.gov.uk

Buyer's address

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 - Construction work

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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

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 the 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

3 October 2023

Local time

2:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 January 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

WC2A 2LL

Country

United Kingdom

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

Country

United Kingdom