Tender

Responsive and Planned Maintenance – Fire Protection Chargeable Contracts

  • London Borough of Southwark

F02: Contract notice

Notice identifier: 2022/S 000-013490

Procurement identifier (OCID): ocds-h6vhtk-033b57

Published 19 May 2022, 2:48pm



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

Email

AMPT@southwark.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.southwark.gov.uk

Buyer's address

http://www.southwark.gov.uk

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