Opportunity

Responsive Repair and Maintenance – Communal Repairs Chargeable Contracts (North & South)

  • London Borough of Southwark

F02: Contract notice

Notice reference: 2022/S 000-031671

Published 9 November 2022, 11:32am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Southwark

Southwark Council, 160 Tooley Street

London

SE1 2QH

Contact

Ms Sarah Buchanan

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/Procurer/Advert/View?advertId=109990b5-7054-ed11-811a-005056b64545&fromAdvertEvent=True

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/Procurer/Advert/View?advertId=109990b5-7054-ed11-811a-005056b64545&fromAdvertEvent=True

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

Responsive Repair and Maintenance – Communal Repairs Chargeable Contracts (North & South)

Reference number

DN604077

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 two (2) Contractors to deliver communal repairs and maintenance works within the London Borough of Southwark for period of three (3) years with the option to extend up to two (2) years at the Councils discretion

The procurement is divided into two (2) contracts based on a geographic basis as follows:

1. Contract A - North of the borough

2. Contract B – South of the borough

two.1.5) Estimated total value

Value excluding VAT: £17,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Council intends to enter into two (2) Responsive Repair and Maintenance – Communal Repairs Chargeable Contracts (North & South) which will enable the council to meet its obligations as a social housing landlord and ensure it has arrangements in place to provide repair and maintenance works to communal areas across the council’s housing stock to complement the quality homes improvement programme (QHIP).

The Council is seeking to procure two (2) Responsive Repair and Maintenance – Communal Repairs Chargeable Contracts (North & South) for an initial period of three (3) years, with the option to extend for up to a further two (2) years at the Council's sole discretion (giving a total possible term across the two (2) contracts of five (5) years each). The total possible estimated contract value across the full possible five (5) years is £17 million, and this is divided amongst the two contract areas as follows:

1. Contract A - North of the borough - £8.5m

2. Contract B – South of the borough - £8.5m

The works will typically comprise of external works roads, pavements, soft and hard standings and associated works, below and above ground drainage and associated works, water mains – repair and replacement, including all enabling and associated ground works, boundary walls, concrete repairs, balconies and fences, masonry repairs and redecoration works, windows, doors, glazing and associated works, all scaffolding, mobile towers, hydraulic lifts and working platforms required to facilitate the works.

In relation to the award criteria set out below (II.2.5) the price weighting is inclusive of Social Value Quantitative.

two.2.5) Award criteria

Quality criterion - Name: Quality and Social Value Qualitative / Weighting: 42

Quality criterion - Name: Equality, Diversity and Inclusion (EDI) / Weighting: 3

Price - Weighting: 55

two.2.6) Estimated value

Value excluding VAT: £17,000,000

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

Duration in months

60

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: 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 two (2) 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

8 December 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 February 2023

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