Notice Information
Notice Title
Major Building Works Contracts
Notice 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
Lot Information
Lot 1
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 PS835 million, and this is divided amongst the fours contract areas as follows: 1. Borough and Bankside/Walworth - PS215m 2. Rotherhithe/Bermondsey - PS206.5m 3. Camberwell/Peckham - PS208.5m 4. Nunhead and Peckham Rye/Dulwich - PS205m 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).
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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02fc0f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029849-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
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
Notice Value(s)
- Tender Value
- £835,000,000 £100M-£1B
- Lots Value
- £835,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Dec 20214 years ago
- Submission Deadline
- 31 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF SOUTHWARK
- Contact Name
- Reuben Humphries
- Contact Email
- reuben.humphries@southwark.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 2QH
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02fc0f-2021-12-01T16:40:07Z",
"date": "2021-12-01T16:40:07Z",
"ocid": "ocds-h6vhtk-02fc0f",
"initiationType": "tender",
"tender": {
"id": "DN582001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Major Building Works Contracts",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"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",
"value": {
"amount": 835000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 PS835 million, and this is divided amongst the fours contract areas as follows: 1. Borough and Bankside/Walworth - PS215m 2. Rotherhithe/Bermondsey - PS206.5m 3. Camberwell/Peckham - PS208.5m 4. Nunhead and Peckham Rye/Dulwich - PS205m 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).",
"value": {
"amount": 835000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 16,
"maximumCandidates": 16
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "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"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625100",
"description": "Fire-detection systems"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "34928200",
"description": "Fences"
},
{
"scheme": "CPV",
"id": "35111500",
"description": "Fire suppression system"
},
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "50720000",
"description": "Repair and maintenance services of central heating"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Procurer/Advert/View?advertId=7567c0d2-cb46-ec11-810e-005056b64545&fromAdvertEvent=True",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions -- as set out in the procurement documents",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-01-31T12:00:00Z"
},
"secondStage": {
"invitationDate": "2022-04-11T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"reviewDetails": "The Contracting Authority will conduct itself in accordance with the Public Contract Regulations 2015"
},
"parties": [
{
"id": "GB-FTS-5259",
"name": "London Borough of Southwark",
"identifier": {
"legalName": "London Borough of Southwark"
},
"address": {
"streetAddress": "Southwark Council, 160 Tooley Street",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 2QH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Reuben Humphries",
"email": "Reuben.Humphries@southwark.gov.uk",
"url": "https://procontract.due-north.com/Procurer/Advert/View?advertId=7567c0d2-cb46-ec11-810e-005056b64545&fromAdvertEvent=True"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southwark.gov.uk",
"buyerProfile": "http://www.southwark.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-72",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-22176",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-18648",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-5259",
"name": "London Borough of Southwark"
},
"language": "en"
}