Contract

Look Ahead Care & Support - Small Works Framework

  • Look Ahead Care & Support Ltd

F03: Contract award notice

Notice identifier: 2025/S 000-056583

Procurement identifier (OCID): ocds-h6vhtk-04bca3 (view related notices)

Published 15 September 2025, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Look Ahead Care & Support Ltd

Cally Yard, 439 Caledonian Road

London

N7 9BG

Email

info@orangepeel.uk

Telephone

+44 7956870261

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lookahead.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43198

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Look Ahead Care & Support - Small Works Framework

Reference number

T10018

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The establishment of a Framework to deliver component renewal works, de-conversion and transition works, cyclical decorations and repairs and major void works to the Authority's built assets.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45211100 - Construction work for houses
  • 45211200 - Sheltered housing construction work
  • 45211300 - Houses construction work
  • 45211340 - Multi-dwelling buildings construction work
  • 45211341 - Flats construction work
  • 45211350 - Multi-functional buildings construction work
  • 71220000 - Architectural design services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The establishment of a framework under the Association of Consultant Architect, Framework Alliance Contract, FAC-1 to deliver whole house improvement, de-conversion and transition works, cyclical decorations & repairs and major void works. The call off contracts will be JCT Intermediate and Minor Building Works, both with options for "Contractor's Design". Works will be awarded using both the direct award and competitive award procedures. Works will range between GBP25k and GBP1m in value.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Cost / Weighting: 40%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Authority will award up to 4 places on the framework to the highest scoring Tenderers that meet the Authority’s minimum requirements as set out in the Procurement Documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-037250


Section five. Award of contract

Contract No

T10018

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 June 1996

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Raam Construction Limited

Unit 8 Peerglow Industrial Estate, Queensway

Enfield

EN3 4SB

Telephone

+44 7903877288

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Saltash Enterprises Limited

110-116 Ormside Street, London

London

SE15 1TF

Telephone

+44 2072775661

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chas Berger

The Lodge, Thremhall Park, Start Hill

Bishops Stortford

CM22 7TD

Telephone

+44 7946198014

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The AD Construction Group (Architectural Decorators Ltd)

Samuel House, 7 Powerscroft Road, Sidcup, Kent

Sidcup

DA14 5DT

Telephone

+44 2082696377

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £10,000,000

Total value of the contract/lot: £10,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 75 %

Short description of the part of the contract to be subcontracted

Works are most likely to be undertaken by the contractors' supply chains.


Section six. Complementary information

six.3) Additional information

Applicants should note that the estimated value of the Framework as set out in this Notice is based on the Contracting Authority’s current anticipated requirements. This value may increase if other entities decide to join and call off under the Framework Agreement. The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. The Contracting Authority will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions. The Framework Agreement will be open to use by the following organisations:-

- Local Authorities (England, Scotland, Wales & Northern Ireland)

- Registered Housing Providers (https://www.gov.uk/government/publications/registered-providers-of-social-housing/f286ec52-b234-415d-88d4-d8322fd24896)

- Registered Care Providers

(MT Ref:235298)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 2075366000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom

Internet address

www.cabinetoffice.gov.uk