Lewisham Homes: Compliance Quality Assurance Service

  Lewisham Homes has published this notice through Delta eSourcing

Notice Summary
Title: Compliance Quality Assurance Service
Notice type: Prior Information Notice
Authority: Lewisham Homes
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 23/01/2020 15:00

View Full Notice

UK-London: Gas regulation equipment installation work.


Preliminary Questions
   This notice is for prior information only: No
   This notice aims at reducing time-limits for receipt of tenders: Yes
   This notice is a call for competition: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       Lewisham Homes Ltd
       Catford Road, Catford, London, SE6 4RU, United Kingdom
       Tel. +44 02038890640, Email: Procurement@lewishamhomes.org.uk
       Main Address: https://www.lewishamhomes.org.uk
       NUTS Code: UKI
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: address as in Annex A.I    
   Tenders or requests to participate must be sent: to the abovementioned address

I.4) Type of the contracting authority    
   Body governed by public law
I.5) Main activity:    
   Housing and community amenities

Section II: Object

II.1) Scope of the procurement
   II.1.1) Title: Compliance Quality Assurance Service          
         Reference number:          
   II.1.2) Common Procurement Vocabulary:       
      45333100 - Gas regulation equipment installation work.
   II.1.3) Type of contract: SERVICES
   II.1.4) Short description:
   We require a Compliance Quality Assurance Service Provision for the following service areas and we wish to appoint one contractor to undertake these:

- Domestic, Communal and Commercial Gas
- Domestic, Communal and Commercial Heating Systems
- Electric Heating.
- Renewables
- Water Hygiene
- Domestic, Communal and Commercial Electrical
- Fire and other Specialisms
- Security
- Passenger Lifts

This will be to ensure that we are adhering too all government and regulatory standards.          
   II.1.5) Estimated total value:       
      Value excluding VAT (give figures only) : 1,896,597 - GBP
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      Maximum number of lots that may be awarded to one tenderer: Not Provided       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description    
   II.2.3) Place of performance:       
      Region Codes:               
         UKI - LONDON    
   II.2.4) Description of the procurement:       
      We require a Compliance Quality Assurance Service Provision for the following service areas and we wish to appoint one contractor to undertake these:

- Domestic, Communal and Commercial Gas
- Domestic, Communal and Commercial Heating Systems
- Electric Heating.
- Renewables
- Water Hygiene
- Domestic, Communal and Commercial Electrical
- Fire and other Specialisms
- Security
- Passenger Lifts
   II.2.5) Award Criteria :      
      Price is not the only award criterion and all criteria are stated only in the procurement documents    
   II.2.6) Estimate value
      Value excluding VAT (give figures only) : 1,896,597 - GBP       
   II.2.7) Duration of the contract, framework agreement or dynamic purchasing system                    
      Duration in months - 60                     
      This contract is subject to renewal : YES          
      Description of renewals
         This service will continually be required so we will be re-tendering so a new contract is in place for when this contract expires.           
   II.2.10) Information about variants                 
      Variants will be accepted : NO           
   II.2.11) Information about options                    
      YES          
      (if yes) Description of these options:
         Initial contract will be for 5 years with an option to extend by 4 years comprising 2 years, 1 year and 1 year.               
   II.2.13) Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds : NO           
   II.2.14) Additional information          
      We will require one contractor to undertake all the services.    


II.3) Estimated Date of publication       
   25/05/2020            
Section III: Legal, Economic, Financial And Technical Information

III.1) Conditions for participation
   III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
         Not Provided       
   III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
   III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents           

III.2) Conditions related to the contract    
   III.2.2) Contract performance conditions       
      All Key Performance Indicators information will be contained within the procurement documents.    
      
Section IV: Procedure   

IV.1) Description                
   IV.1.3) Information about a framework agreement or a dynamic purchasing system             
         The procurement involves the establishment of a framework agreement - Not Provided
         In the case of framework agreements justification for any duration exceeding 4 years:                
            Not Provided    
   IV.1.6) Information about electronic auction
         An electronic auction will be used - NO              
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - NO
IV.2) Administrative information                    
   IV.2.5) Scheduled date for start of award procedures: 23/10/2020    

Section VI: Complementary Information       
VI.2) Information about electronic workflows                
    Electronic ordering will be used                
    Electronic invoicing will be accepted                
    Electronic payment will be used    
VI.3) Additional Information:       
   To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=466779941
GO-2020123-PRO-15862043 TKR-2020123-PRO-15862042        
         
VI.4) Procedures For Appeal
   VI.4.1) Body responsible for appeal procedures:
      
             Cabinet Office
       70 Whitehall, Birmingham, SW1A 2AS, United Kingdom    
   VI.4.3) Review procedure
      Precise information on deadline(s) for review procedures:                
         Not Provided       

VI.5) Date Of Dispatch Of This Notice: 23/01/2020

   
ANNEX A    
   
   I) Addresses and contact points from which further information can be obtained:
       Lewisham Homes Ltd
       Catford Road, Catford, SE6 4RU, United Kingdom
       Email: James.Dempsey@lewishamhomes.org.uk
       Contact: James Dempsey
       Main Address: https://www.lewishamhomes.org.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice