Tender

Major Building Works Contracts

LONDON BOROUGH OF SOUTHWARK

This public procurement record has 1 release in its history.

Tender

01 Dec 2021 at 16:40

Summary of the contracting process

The London Borough of Southwark is currently conducting a procurement process for the "Major Building Works Contracts," which falls under the construction industry category. This tender is in the active stage and involves the selection of four contractors to execute capital improvements and compliance works on estate-based properties within Southwark. The tender period is set to conclude on 31st January 2022, while the contracts, estimated at a total value of £835 million, are intended to span an initial five-year term with a potential extension of up to further five years. The geographic areas covered include Borough and Bankside/Walworth, Rotherhithe/Bermondsey, Camberwell/Peckham, and Nunhead and Peckham Rye/Dulwich.

This procurement opportunity presents a significant avenue for business growth, particularly for contractors involved in construction, maintenance, and design services. Companies specialising in areas such as fire safety installations, electrical works, mechanical engineering, and estate improvement services would find themselves well-positioned to compete. With the Council's requirement for comprehensive services throughout the project duration, successful bidders may also expand their portfolios by providing multi-disciplinary design capabilities, thus enhancing their market competitiveness in the public works sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}