Future opportunity

Dynamic Purchasing System - Housing

  • London Borough of Lambeth

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-020722

Published 23 August 2021, 5:38pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Angelina Matthews

Email

angelina.matthews@justhousinggroup.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39119&B=LBLAMBETH

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Purchasing System - Housing

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Lambeth (“the Council”) wishes to run a supplier engagement exercise in anticipation of the procurement and implementation of a Dynamic Purchasing System (DPS). The Council’s Resident Services Directorate is in the process of developing a Total Asset Solution. This is aimed at delivering a new approach in recognition of the Council’s need to refresh how it undertakes the management of its assets and delivery of programmes so that the Council better meets its legal and statutory obligations. The Council’s DPS will therefore be a mechanism for it to establish a diverse panel of pre-approved suppliers across various categories and sub-categories of works and services.

Once established, whenever the Council requires works that fall within one of these categories or sub-categories, a competition will be undertaken inviting all the suppliers on the relevant category or sub-category, to tender for what is known as a specific contract.

two.1.5) Estimated total value

Value excluding VAT: £210,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 24951230 - Fire-extinguisher charges
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35100000 - Emergency and security equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35111300 - Fire extinguishers
  • 35111320 - Portable fire-extinguishers
  • 35111400 - Fire escape equipment
  • 35111500 - Fire suppression system
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35125300 - Security cameras
  • 39141400 - Fitted kitchens
  • 39144000 - Bathroom furniture
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 39715200 - Heating equipment
  • 39715210 - Central-heating equipment
  • 39715220 - Electric heating resistors
  • 39721000 - Domestic cooking or heating equipment
  • 42131110 - Central-heating radiator valves
  • 43324000 - Drainage equipment
  • 44112210 - Solid flooring
  • 44112500 - Roofing materials
  • 44115200 - Plumbing and heating materials
  • 44163110 - Drainage pipes
  • 44163112 - Drainage system
  • 44221000 - Windows, doors and related items
  • 44221100 - Windows
  • 44221200 - Doors
  • 44221220 - Fire doors
  • 44221230 - Sliding doors
  • 44221240 - Garage doors
  • 44230000 - Builders' carpentry
  • 44410000 - Articles for the bathroom and kitchen
  • 44482000 - Fire-protection devices
  • 44482100 - Fire hoses
  • 44482200 - Fire hydrants
  • 44620000 - Central-heating radiators and boilers and parts
  • 44621110 - Central-heating radiators
  • 44621220 - Central-heating boilers
  • 44621221 - Parts of central-heating boilers
  • 45111240 - Ground-drainage work
  • 45211310 - Bathrooms construction work
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45261410 - Roof insulation work
  • 45261420 - Waterproofing work
  • 45262660 - Asbestos-removal work
  • 45312100 - Fire-alarm system installation work
  • 45320000 - Insulation work
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421100 - Installation of doors and windows and related components
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 45421132 - Installation of windows
  • 45421151 - Installation of fitted kitchens
  • 45422000 - Carpentry installation work
  • 45432113 - Parquet flooring
  • 45432114 - Wood flooring work
  • 45440000 - Painting and glazing work
  • 45442100 - Painting work
  • 45442110 - Painting work of buildings
  • 45442120 - Painting and protective-coating work of structures
  • 45442121 - Painting work of structures
  • 45442180 - Repainting work
  • 48490000 - Procurement software package
  • 50000000 - Repair and maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50720000 - Repair and maintenance services of central heating
  • 50721000 - Commissioning of heating installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51700000 - Installation services of fire protection equipment
  • 71334000 - Mechanical and electrical engineering services
  • 72212490 - Procurement software development services
  • 79418000 - Procurement consultancy services
  • 79931000 - Interior decorating services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

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

London

two.2.4) Description of the procurement

The London Borough of Lambeth (“the Council”) wishes to run a supplier engagement exercise in anticipation of the procurement and implementation of a Dynamic Purchasing System (DPS). The Council’s Resident Services Directorate is in the process of developing a Total Asset Solution. This is aimed at delivering a new approach in recognition of the Council’s need to refresh how it undertakes the management of its assets and delivery of programmes so that the Council better meets its legal and statutory obligations. The Council’s DPS will therefore be a mechanism for it to establish a diverse panel of pre-approved suppliers across various categories and sub-categories of works and services.

Once established, whenever the Council requires works that fall within one of these categories or sub-categories, a competition will be undertaken inviting all the suppliers on the relevant category or sub-category, to tender for what is known as a specific contract.

two.2.14) Additional information

There is a separate document, Memorandum of Information which provides further information on the planned implementation of the DPS and a link to a short questionnaire which we request is completed by those suppliers who plan to express an interest in this planned DPS.

A Virtual Supplier Engagement meeting is planned for the end of September 2021 (date to be confirmed).

two.3) Estimated date of publication of contract notice

4 October 2021


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

There is a separate document, Memorandum of Information which provides further information on the planned implementation of the DPS and a link to a short questionnaire which we request is completed by those suppliers who plan to express an interest in this planned DPS.

A Virtual Supplier Engagement meeting is planned for the end of September 2021 (date to be confirmed).

The £210 million value of the DPS covers a 6-year term (4 + 2 years) and is based on an estimated total annual spend of £35million for all services competed through the DPS. We estimate that the value of each project will range between £50,000 - £3 million per contract.