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
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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 Planned Works 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 planned and cyclical works for stock owned and managed by Look Ahead Care and Support
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
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)
- 44410000 - Articles for the bathroom and kitchen
- 45211310 - Bathrooms construction work
- 39144000 - Bathroom furniture
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 44221000 - Windows, doors and related items
- 44221200 - Doors
- 44112400 - Roof
- 45442110 - Painting work of buildings
- 31600000 - Electrical equipment and apparatus
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
- UKI4 - Inner London – East
- UKJ4 - Kent
- UKH3 - Essex
- 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 the contracts, include but are not restricted to:
- Kitchen Replacement Works
- Bathroom, Shower Room and WC Replacement Works
- Electrical Works including Storage Heater Installations
- Roofing Replacement Works
- Window and Door Replacement Works
- Internal and External Cyclical Decorations, including Flooring Replacement Works
- High value void works, including planned replacements*
- Disrepair works*
- Change of tenure works*
*These works are not guaranteed in any way as their volume and frequency is unknown. Tenderers are also to note that a reactive response will be required to the undertaking of these works.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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 client reserves the right to limit the number of lots awarded to any given Tenderer. A Tenderer, will not be awarded more than one Lot. Look Ahead will award the Lots on the following basis.
Lot 1 will be awarded to the second placed Tenderer
Lot 2 will be awarded to the top placed Tenderer
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)
- 45211310 - Bathrooms construction work
- 39144000 - Bathroom furniture
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 44221000 - Windows, doors and related items
- 44221200 - Doors
- 44112400 - Roof
- 45442110 - Painting work of buildings
- 45453000 - Overhaul and refurbishment work
- 45453100 - Refurbishment work
- 31600000 - Electrical equipment and apparatus
- 44410000 - Articles for the bathroom and kitchen
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
- UKI7 - Outer London – West and North West
- UKH23 - Hertfordshire
- UKJ12 - Milton Keynes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Properties owned and managed by Look Ahead in Central London, West London, North London, North West London, Slough, Windsor and Maidenhead and Milton Keynes
two.2.4) Description of the procurement
The works required by the contracts, include but are not restricted to:
- Kitchen Replacement Works
- Bathroom, Shower Room and WC Replacement Works
- Electrical Works including Storage Heater Installations
- Roofing Replacement Works
- Window and Door Replacement Works
- Internal and External Cyclical Decorations, including Flooring Replacement Works
- High value void works, including planned replacements*
- Disrepair works*
- Change of tenure works*
*These works are not guaranteed in any way as their volume and frequency is unknown. Tenderers are also to note that a reactive response will be required to the undertaking of these works.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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 client reserves the right to limit the number of lots awarded to any given Tenderer. A Tenderer, will not be awarded more than one Lot. Look Ahead will award the Lots on the following basis.
Lot 1 will be awarded to the second placed Tenderer
Lot 2 will be awarded to the top placed Tenderer
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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: 2021/S 000-002558
Section five. Award of contract
Lot No
1
Title
Central London, West London, North London, North West London, Slough, Windsor and Maidenhead and Milton Keynes
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 October 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
T. Gilmartin Ltd.
Gilmartins House,, 102 Collingdon Street
Luton
LU1 1RX
Country
United Kingdom
NUTS code
- UKH21 - Luton
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £950,000
Section five. Award of contract
Lot No
2
Title
Central London, East London, South London, South East London and Kent.
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 September 2021
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
The AD Construction Group (Architectural Decorators Ltd)
Samuel House, 7 Powerscroft Road, Sidcup, Kent
Sidcup
DA14 5DT
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,050,000
Section six. Complementary information
six.3) Additional information
(MT Ref:225264)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
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