Opportunity

Souther Housing Modernisation/Installation of Passenger Lifts

  • Southern Housing

F02: Contract notice

Notice reference: 2024/S 000-012892

Published 19 April 2024, 4:58pm



The closing date and time has been changed to:

28 May 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Southern Housing

59-61 Clerkenwell Road

London

EC1M 5LA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.southernhousing.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://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

Souther Housing Modernisation/Installation of Passenger Lifts

two.1.2) Main CPV code

  • 45313100 - Lift installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Installation of passenger lifts within properties owned and managed by Southern Housing. The duration of the works is two years. This procurement is segregated into 4 lots. A Tenderer will not be awarded more than one Lot. The estimated total value ranges for the lots are as follows:

Lot 1 East London is between 1,700,000.00 GBP and 1,750,000.00 GBP

Lot 2 North London is between 1,750,000.00 GBP and 1,800,000.00 GBP

Lot 3 South East and South West is between 1,650,000.00 GBP and 1,700,000.00 GBP

Lot 4 Mix Regions is between 1,750,000.00 GBP and 1,800,000.00 GBP.

The maximum value for each range has been included within this notice and these are therefore not guaranteed.

two.1.5) Estimated total value

Value excluding VAT: £7,050,000

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

East London Passenger Lifts

Lot No

1

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

East London

two.2.4) Description of the procurement

The scope of services are as follows:

- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts

- Discharge the duties of the Principal Contractor

- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts

- Provide 12 months maintenance visits during the Defects Liability Period

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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) Description

two.2.1) Title

North London Passenger Lifts

Lot No

2

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

North London

two.2.4) Description of the procurement

The scope of services are as follows:

- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts

- Discharge the duties of the Principal Contractor

- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts

- Provide 12 months maintenance visits during the Defects Liability Period

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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) Description

two.2.1) Title

South East and South West London Passenger Lifts

Lot No

3

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

South East and South West London

two.2.4) Description of the procurement

The scope of services are as follows:

- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts

- Discharge the duties of the Principal Contractor

- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts

- Provide 12 months maintenance visits during the Defects Liability Period

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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) Description

two.2.1) Title

Mix Regions Passenger Lifts

Lot No

4

two.2.2) Additional CPV code(s)

  • 45313100 - Lift installation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Mix regions across United Kingdom

two.2.4) Description of the procurement

The scope of services are as follows:

- All aspects of the project including the lift replacement/refurbishment, for Passenger lifts

- Discharge the duties of the Principal Contractor

- Liaise with Residents in relation to the programme of works and facilitating support for Residents during this period in relation to access such as stairlifts

- Provide 12 months maintenance visits during the Defects Liability Period

two.2.5) Award criteria

Quality criterion - Name: Method Statements / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

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


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 the procurement documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

20 May 2024

Local time

12:00pm

Changed to:

Date

28 May 2024

Local time

12:00pm

See the change notice.

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)

four.2.7) Conditions for opening of tenders

Date

21 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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=231790.

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:231790)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W22LL

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

W22LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A2AS

Country

United Kingdom