Contract

Lewisham Homes DLO Support Contracts

  • Lewisham Homes

F03: Contract award notice

Notice identifier: 2021/S 000-012668

Procurement identifier (OCID): ocds-h6vhtk-02b8ed

Published 7 June 2021, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Lewisham Homes

Old Town Hall

Catford

SE6 4RU

Contact

Katie McVea

Email

katie@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

National registration number

05887410

Internet address(es)

Main address

https://www.lewishamhomes.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

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

Lewisham Homes DLO Support Contracts

Reference number

Ech944

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Lewisham Homes sought expressions of interest from suitably skilled and experienced service providers to deliver a range of works and services under contract and framework arrangements, to support its in-house Direct Labour Organisation. These comprised: 2 general build contracts, to be split geographically north and south of the borough, primarily to deliver responsive repairs and voids works; a drainage and groundworks contract; a roofing contract; a damp investigation and leaks contract; an out of hours call handling contract; a scaffolding framework; and a waste management framework.

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: £22,000,000

two.2) Description

two.2.1) Title

1a - General Build (North Area)

Lot No

1A

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262110 - Scaffolding dismantling work
  • 45262100 - Scaffolding work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services
  • 79512000 - Call centre

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This General Build Contract is to undertake responsive repair and void works to stock in the North area of Lewisham Homes' operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract is a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (5+5).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be awarded for a duration of 5 years, with the option to extend by up to a further 5 years to a maximum duration of 10.

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 criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender were set out in the tender documents, available to download from the EU Supply portal.

two.2) Description

two.2.1) Title

1b - General Build (South Area)

Lot No

1b

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This General Build Contract is to undertake responsive repair and void works to stock in the South area of Lewisham Homes' operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract is a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (5+5).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be awarded for an initial period of 5 years with the option to extend by up to a further 5 years, to a maximum duration of 10 years.

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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which are available to download from EU Supply.

two.2) Description

two.2.1) Title

2 - Roofing Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Roofing Contract was intended to undertake roof repair works but with the provision for ad hoc roof replacements to be included in scope. The intention was to award it under a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1). Due to insufficient market interest at the first stage of the process, however, this Lot was withdrawn from the process and Lewisham Homes sought alternative options for the delivery of these works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Roofing Contract was due to be awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.

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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.

two.2) Description

two.2.1) Title

3 - Drainage and Groundworks

Lot No

3

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45222110 - Waste disposal site construction work
  • 45232451 - Drainage and surface works
  • 45232453 - Drains construction work
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Drainage and Groundworks Contract is to undertake drainage and groundwork repair works plus the installation of new components where required. This contract is a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Drainage and Groundworks Contract was awarded for a duration of 4 years, with the option to extend by up to a maximum of 10 years in single year increments.

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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.

two.2) Description

two.2.1) Title

4 - Damp Detection and Leaks Investigation

Lot No

4

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Damp Detection and Leaks Investigation Contract was intended to undertake trace and access, and damp detection works, plus the associated remedial works including making good. The Contract was also to include services to assist Lewisham Homes to manage/resolve housing disrepair claims. This contract was due to be awarded under a JCT Measured Term Contract (as amended) for a maximum duration of 10 years (4+1+1+1+1+1+1). Due to insufficient market interest at the first stage of the process, however, this Lot was withdrawn from the process and Lewisham Homes sought alternative options for the delivery of these services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The Drainage and Damp Detection and Leak Investigation Contract was due to be awarded for an initial duration of 4 years, with the option to extend up to a maximum of 10 years in single year increments.

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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.

two.2) Description

two.2.1) Title

5 - Scaffolding and Access Equipment

Lot No

5

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Scaffolding and Access Equipment Framework was intended to be to undertake scaffolding and associated works including access works via equipment such as cherry pickers and the like. This framework was due to be awarded to between 2 and 6 providers under an overarching framework agreement under which call offs would be via a JCT Measured Term Contract (as amended) for 4 years. Due to insufficient market interest at the first stage of the process, however, this Lot was withdrawn from the process and Lewisham Homes sought alternative options for the delivery of these works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / 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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.

two.2) Description

two.2.1) Title

6 - Waste Management

Lot No

6

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Waste Management Framework was intended to be for the provision of a waste management site/depot/facility for the receipt and appropriate recycling/disposal of site-based waste generated by Lewisham Homes' DLO and other contractors. This framework was due to be awarded to between 2 and 6 providers under an overarching framework agreement under which call offs would be via a JCT Measured Term Contract (as amended) for 4 years. Due to insufficient market interest at the first stage of the process, however, this Lot was withdrawn from the process and Lewisham Homes sought alternative options for the delivery of these services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / 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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.

two.2) Description

two.2.1) Title

7 - Out of Hours Contact Centre

Lot No

7

two.2.2) Additional CPV code(s)

  • 34928480 - Waste and rubbish containers and bins
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45211310 - Bathrooms construction work
  • 45222110 - Waste disposal site construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45260000 - Roof works and other special trade construction works
  • 45261200 - Roof-covering and roof-painting work
  • 45261410 - Roof insulation work
  • 45261900 - Roof repair and maintenance work
  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work
  • 45262300 - Concrete work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312310 - Lightning-protection works
  • 45332000 - Plumbing and drain-laying work
  • 45343100 - Fireproofing work
  • 45421100 - Installation of doors and windows and related components
  • 45421151 - Installation of fitted kitchens
  • 45451000 - Decoration work
  • 50232100 - Street-lighting maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51700000 - Installation services of fire protection equipment
  • 71351500 - Ground investigation services
  • 71500000 - Construction-related services
  • 71520000 - Construction supervision services
  • 71631430 - Leak-testing services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90922000 - Pest-control services
  • 79512000 - Call centre

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

Lewisham

two.2.4) Description of the procurement

This Out of Hours Contact Centre Contract was due to be for the provision of a contact centre and call handling service to manage out of hours emergencies including repairs and ASB. This was due to be awarded under a JCT Services Contract (as amended) for a maximum of 4 years (2+2). Due to insufficient market interest at the first stage of the process, however, this Lot was withdrawn from the process and Lewisham Homes sought alternative options for the delivery of these services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

The out of hours Contact Centre Contract was due to be awarded for an initial period of two years with the option to extend for up to a further two years.

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

Full details of the contracts and frameworks and associated requirements were included in the procurement documents, which were available to download from EU Supply.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 027-063336


Section five. Award of contract

Contract No

1

Title

1a - General Build (North Area)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

T. Gilmartin Limited

Gilmartins House, 102 Collingdon St, Luton, Beds, LU1 1RX

Luton

LU1 1RX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £13,000,000

Total value of the contract/lot: £11,980,601.50


Section five. Award of contract

Contract No

2

Title

1b - General Build (South Area)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Masher Brothers Limited

97-103 Florence Road, Lewisham, London, SE14 6QL

London

SE14 6QL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £9,000,000

Total value of the contract/lot: £8,625,636.20


Section five. Award of contract

Contract No

3

Title

2 - Roofing Works

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

4

Title

3 - Drainage and Groundworks

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Relative Groundworks Limited

Relative House, 5 Roberts Mews, Orpington, Kent BR6 0JP

Kent

BR6 0JP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,000,000

Total value of the contract/lot: £1,396,874.70


Section five. Award of contract

Contract No

5

Title

4 - Damp Detection and Leaks Investigation

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

6

Title

5 - Scaffolding and Access Equipment

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

7

Title

6 - Waste Management

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

8

Title

7 - Out of Hours Contact Centre

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.3) Additional information

At the time of inviting expressions of interest, the Client formed the view that TUPE may apply to apply to the works/services which are being procured. Participants therefore needed to take into account the requirements of TUPE and were advised to seek their own independent advice on the potential implications and requirements of TUPE.

The Contracting Authority reserved the right to cancel the procurement and not to proceed with any or all of the contracts/frameworks at any stage of the procurement process. The Contracting Authority also reserved the right not to award any or all of the contracts and/or frameworks. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken are to be liable for any costs incurred by those expressing an interest or tendering for these contracts and frameworks.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

SW1A 2AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Lewisham Homes observed a standstill period following the award of the Contracts/Frameworks in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom