Opportunity

T1-5641 Look Ahead Care and Support Repairs & Voids Contract

  • Look Ahead Care and Support

F02: Contract notice

Notice reference: 2021/S 000-002557

Published 9 February 2021, 9:08am



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

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Fax

+44 1689885081

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.lookahead.org.uk

Buyer's address

www.lookahead.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell TImms LLP

1 Knoll Rise, Central Court

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UKJ - SOUTH EAST (ENGLAND)

Internet address(es)

Main address

www.effefftee.co.uk

Buyer's address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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