Section one: Contracting authority
one.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
Contact
Mr Reuben Humphries
Country
United Kingdom
NUTS code
UKI - London
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
https://procontract.due-north.com/Advert/Index?advertId=2fa778b0-88cf-ec11-8114-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=2fa778b0-88cf-ec11-8114-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Responsive and Planned Maintenance – Fire Protection Chargeable Contracts
Reference number
DN605112
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Authority seeks to procure Two (2) fire protection contracts – Contracts A and Contract B are to be tendered for a period of three (3) years with the option to extend by a further year (1) year at an estimated total contract value of £8m for each contract.
The proposed scope of works include::
• intrusive type 4 compartmentation surveys and remedial works;
• passive and active fire protection, including all / any associated works;
• fire doors and cavity barriers;
• sprinkler maintenance and installation;
• fire hydrant maintenance;
• associated sundry building works; and
• all forms of safe working access equipment.
The Building Safety Act 2022 will have significant implications for the council and these proposed contracts aim to ensure arrangements are in place to deal with fire safety works.
The procurement is divided into two (2) contracts based on a geographic basis, and
tenderers can only be awarded one (1) contract if successful in the procurement:
1. Contract A – North of the borough
2. Contract B – South of the borough
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Council intends to enter into two (2) fire protection contracts – Contract A: north of the borough and Contract B: south of the borough for a period of three (3) years with the option to extend by a further year (1) year at an estimated total contract value of £8m for each contract. These contacts will enable the council to meet its obligations as a social housing landlord and ensure it has arrangements in place to maintain its properties to meet its statutory obligations.
The works will typically comprise of intrusive type 4 compartmentation surveys and remedial works, passive and active fire protection, including all / any associated works, fire doors and cavity barriers, sprinkler maintenance and installation, fire hydrant maintenance, associated sundry building works and all forms of safe working access equipment.
The Fire Safety Act 2021 received Royal Assent in April 2021 and the Building Safety Act 2022 received Royal Consent on 28 April 2022 . These legislation will have significant implications for the council and these proposed contracts aim to ensure arrangements are in place to deal with fire safety works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracts will be let with an initial term of Three (3) years with an option to extend by up to a further one (1) year at the council's discretion.
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
List and brief description of conditions - as set out 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
The Council anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractors under this procurement. The Council's detailed requirements will be set out in the Contract 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
Restricted 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
Date
21 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 May 2022
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.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
High Court of England and Wales
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will conduct itself in accordance with the Public Contract Regulations 2015
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
London
SW1A 2AS
Country
United Kingdom