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
Country
United Kingdom
Region 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
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