Section one: Contracting authority
one.1) Name and addresses
Look Ahead Care and Support
Kings Buildings, 16 Smith Square
London
SW1P 3HQ
Contact
Procurement Team
Telephone
+44 1689885080
Fax
+44 1689885081
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell TImms LLP
1 Knoll Rise, Central Court
Orpington
BR6 0JA
Contact
Procurement Team
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T1-5641 Look Ahead Care and Support Repairs & Voids Contract
two.1.2) Main CPV code
- 45453100 - Refurbishment work
two.1.3) Type of contract
Works
two.1.4) Short description
The delivery of responsive repairs and void refurbishment works to properties owned and managed by Look Ahead Care and Support.
two.1.5) Estimated total value
Value excluding VAT: £13,125,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Central London, West London, North London, North West London, Slough, Windsor and Maidenhead and Milton Keynes
Lot No
1
two.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
- UKI7 - Outer London – West and North West
- UKH23 - Hertfordshire
- UKJ13 - Buckinghamshire CC
- UKJ12 - Milton Keynes
Main site or place of performance
Properties owned and managed by Look Ahead in Central London to include West and North London, Hertfordshire, Buckinghamshire and Milton Keynes.
two.2.4) Description of the procurement
The works required by Look Ahead Care and Support contracts, mainly include but are not restricted to:
- Responsive repairs
- Void Refurbishment works
- A Handyperson Service at given schemes set out in this document
- Out of Hours service
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £6,125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Contract will be subject to annual reviews and run for a period of five years with the option for renewal, as decided by Look Ahead, for an extension of up to a further one year plus one year. The maximum duration of the contract is therefore seven years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will invite Candidates to Submit an Initial Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
All estimated Contract Values are exclusive of VAT.
The outer boundaries of this Lot may be subject to growth and change over the contract term.
Look Ahead envisage they will invite between 3 and 5 highest scoring Tenderers to participate in negotiation meetings.
two.2) Description
two.2.1) Title
Central London, East London, South London, South East London and Kent
Lot No
2
two.2.2) Additional CPV code(s)
- 45453100 - Refurbishment work
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
- UKI4 - Inner London – East
- UKI5 - Outer London – East and North East
- UKJ4 - Kent
- UKJ25 - West Surrey
- UKJ26 - East Surrey
Main site or place of performance
Properties owned and managed by Look Ahead in Central London to include East and South London, Kent, Surrey and Essex.
two.2.4) Description of the procurement
The works required by Look Ahead Care and Support contracts, mainly include but are not restricted to:
- Responsive repairs
- Void Refurbishment works
-A Handyperson Service at given schemes set out in this document
- Out of Hours service
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Contract will be subject to annual reviews and run for a period of five years with the option for renewal, as decided by Look Ahead, for an extension of up to a further one year plus one year. The maximum duration of the contract is therefore seven years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will invite Candidates to Submit an Initial Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Q6.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
All estimated contract values are EXCLUSIVE of VAT.
The outer boundaries of this Lot may be subject to growth and change over the contract term.
Look Ahead envisage they will invite between 3 and 5 highest scoring Tenderers to participate in negotiation meetings.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 stated in PAS Document 1.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 158-386779
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tenderers are to note that the client reserves the right to limit the number of lots awarded to any given Tenderer, regardless of the outcome of the tender evaluation. A Tenderer, will not be awarded more than one Lot.
In the event that the top placed Tenderer is the same for both Lot 1 and Lot 2, at the conclusion of the evaluation process, Look Ahead will award the Lots on the following basis:
i. Lot 1 will be awarded to the second placed Tenderer
ii. Lot 2 will be awarded to the top placed Tenderer
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=221800.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:221800)
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom