Section one: Contracting authority
one.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
Contact
Reuben Humphries
Reuben.Humphries@southwark.gov.uk
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Major Building Works Contracts
Reference number
DN582001
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Southwark (the "Council") is procuring four (4) Contractors to deliver capital improvements and compliance works to estate-based properties within the London Borough of Southwark.
The procurement is divided into four contracts based on a geographic basis, and tenderers are only able to be awarded one (1) contract if successful in the procurement. The geographic areas of the four (4) contracts are as follows:
1. Borough and Bankside/Walworth
2. Rotherhithe/Bermondsey
3. Camberwell/Peckham
4. Nunhead and Peckham Rye/Dulwich
two.1.5) Estimated total value
Value excluding VAT: £835,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 34928200 - Fences
- 35111500 - Fire suppression system
- 44221220 - Fire doors
- 45000000 - Construction work
- 50720000 - Repair and maintenance services of central heating
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Council intends to enter into four (4) Major Building Works Term Alliance Contracts to meet some of the Council's requirements in delivering housing major works programmes. In particular, the Term Programme is focussed on delivering capital improvements and compliance works to estate-based properties, on an "area-led" basis.
The Council is seeking to procure four (4) Major Building Works Term Alliance Contracts for an initial period of five (5) years, with the option to extend for up to a further five (5) years in increments at the Council's sole discretion (giving a total possible term across the four (4) contracts of ten (10) years each). The total possible estimated contract value across the full possible ten (10) years is £835 million, and this is divided amongst the fours contract areas as follows:
1. Borough and Bankside/Walworth - £215m
2. Rotherhithe/Bermondsey - £206.5m
3. Camberwell/Peckham - £208.5m
4. Nunhead and Peckham Rye/Dulwich - £205m
The works will typically comprise of internal works (including kitchen and bathroom replacements and electrical re-wiring), external works (including redecorations and new component replacements - such as windows/ doors), fire safety works (including entrance doors, fire protection and detection, compartmentation and cladding remediation works), mechanical and electrical works (including heating/ventilation, electrical re-wiring and electrical communal works), and estate improvement works (including landscaping, fencing, sheds, garages, bin stores, cycle stores etc).
Additionally, successful contractors will be required to undertake design services where they are appointed as the Lead Designer, and will be required to provide a full multi-disciplinary services (including architecture, MEP engineering services, civil and structural engineering services, and other specialist design services as required throughout the term programme).
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: £835,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 16
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 five (5) years with an option to extend by up to a further five (5) years in increments at the Council's sole 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
31 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 April 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
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