Lewisham Homes has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Contract for Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs, Maintenance and Installations. |
Notice type: | Contract Award Notice |
Authority: | Lewisham Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The contract will be for the provision of Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs, Maintenance and Installations for our communal, private sector let & domestic properties in the Borough of Lewisham. The contract will be divided into two lots and client wishes to appoint two contractors, one for each lot. Each contractor can only be awarded one lot, they are welcome to bid for both lots however they will only be awarded the lot that they have scored highest on (assuming they score the highest on both lots). The contract for each lot will be for a primary term of 5 years with an option at the discretion of the client for a 5 year extension subject to the satisfactory performance of the contract and the consistent achievement of the Key Performance Indicators (KPIs). The contract will be governed by the JCT Measured Term 2016 Terms and Conditions along with the clients Schedule of Amendments superseding these where applicable. |
Published: | 06/07/2021 16:43 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Lewisham Homes Limited
Laurence House, 1 Catford Road, London, SE6 4FN, United Kingdom
Tel. +44 02038890640, Email: Procurement@lewishamhomes.org.uk
Contact: Procurement Team
Main Address: www.lewishamhomes.org.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Contract for Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs, Maintenance and Installations.
Reference number: Not Provided
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
KA06-7 - For the gas industry
FG04-1 - For heating
DA42-7 - Including installation
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contract will be for the provision of Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs, Maintenance and Installations for our communal, private sector let & domestic properties in the Borough of Lewisham. The contract will be divided into two lots and client wishes to appoint two contractors, one for each lot. Each contractor can only be awarded one lot, they are welcome to bid for both lots however they will only be awarded the lot that they have scored highest on (assuming they score the highest on both lots). The contract for each lot will be for a primary term of 5 years with an option at the discretion of the client for a 5 year extension subject to the satisfactory performance of the contract and the consistent achievement of the Key Performance Indicators (KPIs). The contract will be governed by the JCT Measured Term 2016 Terms and Conditions along with the clients Schedule of Amendments superseding these where applicable.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 15,685,670
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Contract for the provision of Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs, Maintenance and Installations for All Communal Heating Properties and Domestic Heating Address detailed in Appendix 18 "Lot 1 Domestic" tab.
Lot No:1
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
KA06-7 - For the gas industry
FG04-1 - For heating
II.2.3) Place of performance
Nuts code:
UKI44 - Lewisham and Southwark
Main site or place of performance:
Lewisham and Southwark
II.2.4) Description of the procurement: This is an OJEU two stage restricted process. At the SQ stage tenderers will confirm what lots they are bidding for. Answers to part 1 and part 2 will be checked for compliance, the project specific questions will be scored in line with our scoring criteria detailed within the procurement documents and the top 5 highest scoring suppliers for each lot (subject to passing all compliance questions) will be invited to tender. The tenderers will then have to complete the ITT questions for the applicable lot/s, submit their prices for the applicable lot/s and the contract for each lot will be awarded to the tenderer that has the highest weighted score given the scoring criteria. Tenderers can only be awarded one lot, if they are the top scoring for both lots then they will be awarded the lot that they have scored highest on and the other lot will be awarded to the second highest scoring supplier. Value of the lot is inclusive of the possible extension.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:Lewisham Homes has the option of extending the contract by another 5 years taking it to a 10 year contract. This will be based on satisfactory performance of the contract and consistent achievement of the KPIs through the primary term of the contract (first 5 years).
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: The contract will be governed by the JCT Measured Term 2016 with our Schedule of Amendments superseding where applicable.
II.2) Description (lot no. 2)
II.2.1) Title:Contract for the provision of Gas, Solid Fuel & Non-Gas Heating Servicing, Repairs Maintenance and installations for all Private Sector Lets and Domestic Heating Addresses detailed in Appendix 18 "Lot 2 Domestic" tab with the Borough of Lewisham
Lot No:2
II.2.2) Additional CPV code(s):
50000000 - Repair and maintenance services.
KA06-7 - For the gas industry
FG04-1 - For heating
II.2.3) Place of performance
Nuts code:
UKI44 - Lewisham and Southwark
Main site or place of performance:
Lewisham and Southwark
II.2.4) Description of the procurement: This is an OJEU two stage restricted process. At the SQ stage tenderers will confirm what lots they are bidding for. Answers to part 1 and part 2 will be checked for compliance, the project specific questions will be scored in line with our scoring criteria detailed within the procurement documents and the top 5 highest scoring suppliers for each lot (subject to passing all compliance questions) will be invited to tender. The tenderers will then have to complete the ITT questions for the applicable lot/s, submit their prices for the applicable lot/s and the contract for each lot will be awarded to the tenderer that has the highest weighted score given the scoring criteria. Tenderers can only be awarded one lot, if they are the top scoring for both lots then they will be awarded the lot that they have scored highest on and the other lot will be awarded to the second highest scoring supplier. Value of the lot is inclusive of the possible extension.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:Lewisham Homes has the option of extending the contract by another 5 years taking it to a 10 year contract. This will be based on satisfactory performance of the contract and consistent achievement of the KPIs through the primary term of the contract (first 5 years).
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: The contract will be governed by the JCT Measured Term 2016 with our Schedule of Amendments superseding where applicable.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 048-114846
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 18/06/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
BSW Heating Ltd, 1047746
3 Old Barn Lane, Surrey, United Kingdom
NUTS Code: UKI44
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 8,189,590
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/06/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Smith and Byford Limited, 01074356
St George House, Surrey, United Kingdom
NUTS Code: UKI44
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 7,496,080
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=607208136
VI.4) Procedures for review
VI.4.1) Review body
Cabinet Office
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/07/2021