DLO Repairs Support Contracts London
Lewisham Homes is seeking expressions of interest from suitably skilled and experienced service providers to deliver a range of works and services.
United Kingdom-London: Repair and maintenance services
2020/S 027-063336
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 05887410
Postal address: Old Town Hall, Catford Road
Town: London
NUTS code: UKI44
Postal code: SE6 4RU
Country: United Kingdom
Contact person: Katie McVea
E-mail: katie@echelonconsultancy.co.uk
Telephone: +44 1707339800
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lewisham Homes DLO Repairs Support Contracts
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Lewisham Homes is seeking expressions of interest from suitably skilled and experienced service providers to deliver a range of works and services under contract and framework arrangements, to support its in-house direct labour organisation.
These comprise: 2 general build contracts, to be split geographically north and south of the borough, primarily to deliver responsive repairs and voids works to support Lewisham Homes’ in-house Direct Labour Organisation (DLO):
— a roofing contract,
— a drainage and groundworks contract,
— a damp investigation and leaks detection contract,
— an out of hours contact centre contract,
— a scaffolding and access equipment framework, and
— a waste management framework.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
1a — General Build (North Area)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage Restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This general build contract will be to undertake responsive repair and void works to stock in the North area of Lewisham Homes’ operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract will be a JCT measured term contract (as amended) for a maximum duration of 10 years (5+5).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The contract will initially be awarded for a duration of 5 years, with the option to extend by up to a further 5 years to a maximum duration of 10.
II.2.13)Information about European Union funds
II.2.14)Additional information
All criteria and exclusion grounds to be used to short-list candidates to be invited to tender are set out in the tender documents, available to download from the EU Supply portal.
II.2.1)Title:
1b — General Build (South Area)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This general build contract will be to undertake responsive repair and void works to stock in the South area of Lewisham Homes’ operation, with the provision for kitchen and bathroom installation works to be included as an option within the contract, including level access shower rooms. This contract will be a JCT measured term contract (as amended) for a maximum duration of 10 years (5 + 5).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The contract will be awarded for an initial period of 5 years with the option to extend by up to a further 5 years, to a maximum duration of 10 years..
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
2 — Roofing Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This roofing contract will primarily to undertake roof repair works but with the provision for ad-hoc roof replacements to be included in scope. This contract will be a JCT measured term contract (as amended) for a maximum duration of 10 years (4 + 1 + 1 + 1 + 1 + 1 + 1).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The roofing contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
3 — Drainage and Groundworks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This drainage and Groundworks contract will be to undertake drainage and groundwork repair works plus the installation of new components where required. This contract will be a JCT measured term contract (as amended) for a maximum duration of 10 years (4 + 1 + 1 + 1 + 1 + 1 + 1).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The drainage and groundworks contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
4 — Damp Detection and Leaks Investigation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken. The contract will be awarded to a single provider.
This damp detection and leaks investigation contract will be to undertake trace and access, and damp detection works, plus the associated remedial works including making good. This will include assisting Lewisham Homes to manage/resolve housing disrepair claims. This contract will be a JCT measured term contract (as amended) for a maximum duration of 10 years (4 + 1 + 1 + 1 + 1 + 1 + 1).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The drainage and damp detection and leak investigation contract will all be initially awarded for a duration of 4 years each, with the option to extend by up to a maximum of 10 years in single year increments.
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
5 — Scaffolding and Access Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken.
This scaffolding and access equipment framework will be to undertake scaffolding and associated works including access works via equipment such as cherry pickers and the like. This framework will be awarded to between 2 and 6 providers. There will be an overarching framework agreement under which call offs will be via a JCT measured term contract (as amended) for 4 years.
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
6 — Waste Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the works under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO), both to undertake responsive repair and void works and a range of specialist workstreams. There is also provision for some planned maintenance and improvement works to be undertaken.
This waste management framework will be for the provision of a waste management site/depot/facility for the receipt and appropriate recycling/disposal of site-based waste generated by Lewisham Homes’ DLO and other contractors. There will also be a requirement to collect waste from site on an ad-hoc basis and for the provision of a skip service. This framework will be awarded to between 2 and 6 providers. There will be an overarching framework agreement under which call offs will be via a JCT measured term contract (as amended) for 4 years.
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
II.2.1)Title:
7 — Out of Hours Contact Centre
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lewisham.
II.2.4)Description of the procurement:
Lewisham Homes is procuring the services under a 2-stage restricted procurement process in accordance with the Public Contracts Regulations 2015. The purpose is to appoint suitably skilled and experienced providers to support Lewisham Homes’ in-house Direct Labour Organisation (DLO). The contract will be awarded to a single provider.
This out of hours contact centre contract will be for the provision of a contact centre and call handling service to manage out of hours emergencies including repairs and ASB. This will be a JCT services contract (as amended) for a maximum of 4 years (2 + 2).
Under the first stage of the process, prospective providers are required to complete a selection questionnaire and associated documentation. Following evaluation, Lewisham Homes anticipates shortlisting 6 suppliers per lot to be invited to tender under the second stage of the process, but reserves the right to increase that number by 1 or 2 if scores are very closely placed around the cut-off point, to a maximum of 8 per lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
The out of hours contact centre contract will initially be awarded for a period of 2 years with the option to extend for up to a further 2 years.
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the contracts and frameworks and associated requirements are included in the procurement documents, which are available to download from EU Supply.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As set out in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
At the time of inviting expressions of interest, the Client has formed the view that TUPE may apply to apply to the works/services which are being procured. Participants therefore need to take into account the requirements of TUPE and are advised to seek their own independent advice on the potential implications and requirements of TUPE.
The contracting authority reserves the right to cancel the procurement and not to proceed with any or all of the contracts/frameworks at any stage of the procurement process. The Contracting Authority also reserves the right not to award any or all of the contracts and/or frameworks. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing and interest or tendering for these contracts and frameworks.
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.4.3)Review procedure
Lewisham Homes will observe a standstill period following the award of the contracts/frameworks and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice: