Lewisham Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework |
Notice type: | Contract Notice |
Authority: | Lewisham Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Lewisham Homes requires a Fire Inspector to act as a specialised clerk of works focused on fire safety measures deployed by the incumbent contractor. The Fire inspector will work in tandem with a Fire Engineer, to provide quality control not only limited to site activity, but encompasses the compliance of the fire strategy and its implementation through to construction Lewisham Homes also requires a Fire Engineer to form part of the project team to ensure that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the Employer’s objectives and meet all relevant legal fire safety requirements |
Published: | 25/09/2020 12:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lewisham Homes Ltd
Old Town Hall, Catford Road, London, SE6 4RU, United Kingdom
Tel. +44 2038890640, Email: procurement@lewishamhomes.org.uk
Contact: Procurement
Main Address: https://www.lewishamhomes.org.uk
NUTS Code: UKI44
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Consultative-engineering-and-construction-services./K2SMX52YV3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: ALMO of London Borough of Lewisham
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework
Reference Number: Dev/FIREFRA/20/2042
II.1.2) Main CPV Code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Lewisham Homes requires a Fire Inspector to act as a specialised clerk of works focused on fire safety measures deployed by the incumbent contractor. The Fire inspector will work in tandem with a Fire Engineer, to provide quality control not only limited to site activity, but encompasses the compliance of the fire strategy and its implementation through to construction
Lewisham Homes also requires a Fire Engineer to form part of the project team to ensure that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the Employer’s objectives and meet all relevant legal fire safety requirements
II.1.5) Estimated total value:
Value excluding VAT: 1,750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
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) Description
II.2) Description Lot No. 1
II.2.1) Title: Fire Engineer and Fire Inspector Services
Lot No: 1
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
II.2.3) Place of performance:
UKI44 Lewisham and Southwark
II.2.4) Description of procurement: Lot 1 – Fire Inspector and Fire Engineer Services
Lot 1 will include services within Technical Design (RIBA Stage 4), Manufacturing and Construction (RIBA Stage 5) Handover (RIBA Stage 6) Use (RIBA Stage 7)
Maximum of 4 economic operators will be awarded to this lot.
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) Estimated value:
Value excluding VAT: 150,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a further 24 months. Total of 4 years (48 months)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/K2SMX52YV3
II.2) Description Lot No. 2
II.2.1) Title: Fire Engineer Services
Lot No: 2
II.2.2) Additional CPV codes:
71310000 - Consultative engineering and construction services.
II.2.3) Place of performance:
UKI44 Lewisham and Southwark
II.2.4) Description of procurement: Lot 2 – Fire Engineer Services
Lot 2 will include services within Preparing and Briefing (RIBA stage 1) Concept Design (RIBA Stage 2) Spatial Coordination (RIBA stage 3+) with an intention of securing planning consent.
Maximum of 3 economic operators will be awarded to this lot.
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) Estimated value:
Value excluding VAT: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Option to extend for 24 month. Total of 4 years (48 months)
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/K2SMX52YV3
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:
See tender pack for full details
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
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
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/10/2020 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 27/10/2020
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Consultative-engineering-and-construction-services./K2SMX52YV3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K2SMX52YV3
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/09/2020
Annex A
View any Notice Addenda
UK-London: Consultative engineering and construction services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Lewisham Homes Ltd
Old Town Hall, Catford Road, London, SE6 4RU, United Kingdom
Tel. +44 2038890640, Email: procurement@lewishamhomes.org.uk
Contact: Procurement
Main Address: https://www.lewishamhomes.org.uk
NUTS Code: UKI44
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework Reference number: Dev/FIREFRA/20/2042
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Lewisham Homes requires a Fire Inspector to act as a specialised clerk of works focused on fire safety measures deployed by the incumbent contractor. The Fire inspector will work in tandem with a Fire Engineer, to provide quality control not only limited to site activity, but encompasses the compliance of the fire strategy and its implementation through to construction
Lewisham Homes also requires a Fire Engineer to form part of the project team to ensure that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the Employer’s objectives and meet all relevant legal fire safety requirements
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/10/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237503
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 25/09/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2, IV.2.7
Instead of:
Date: 27/10/2020
Local Time: 12:00
Read:
Date: 28/10/2020
Local Time: 12:00
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Consultative-engineering-and-construction-services./K2SMX52YV3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K2SMX52YV3
Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework
UK-London: Consultative engineering and construction services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Lewisham Homes Ltd
Old Town Hall, Catford Road, London, SE6 4RU, United Kingdom
Tel. +44 2038890640, Email: procurement@lewishamhomes.org.uk
Contact: Procurement
Main Address: https://www.lewishamhomes.org.uk
NUTS Code: UKI44
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework Reference number: Dev/FIREFRA/20/2042
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Lewisham Homes requires a Fire Inspector to act as a specialised clerk of works focused on fire safety measures deployed by the incumbent contractor. The Fire inspector will work in tandem with a Fire Engineer, to provide quality control not only limited to site activity, but encompasses the compliance of the fire strategy and its implementation through to construction
Lewisham Homes also requires a Fire Engineer to form part of the project team to ensure that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the Employer’s objectives and meet all relevant legal fire safety requirements
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 15/10/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237503
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 25/09/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2, IV.2.7
Instead of:
Date: 27/10/2020
Local Time: 12:00
Read:
Date: 28/10/2020
Local Time: 12:00
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Consultative-engineering-and-construction-services./K2SMX52YV3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K2SMX52YV3
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Lewisham Homes Ltd
Old Town Hall, Catford Road, London, SE6 4RU, United Kingdom
Tel. +44 2038890640, Email: procurement@lewishamhomes.org.uk
Contact: Procurement
Main Address: https://www.lewishamhomes.org.uk
NUTS Code: UKI44
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:
Other type:: ALMO of London Borough of Lewisham
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Lewisham Homes - Procurement of a Fire Engineer and Fire Inspector Services Framework
Reference number: Dev/FIREFRA/20/2042
II.1.2) Main CPV code:
71310000 - Consultative engineering and construction services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Lewisham Homes requires a Fire Inspector to act as a specialised clerk of works focused on fire safety measures deployed by the incumbent contractor. The Fire inspector will work in tandem with a Fire Engineer, to provide quality control not only limited to site activity, but encompasses the compliance of the fire strategy and its implementation through to construction
Lewisham Homes also requires a Fire Engineer to form part of the project team to ensure that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the Employer’s objectives and meet all relevant legal fire safety requirements
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,750,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Fire Engineer and Fire Inspector Services
Lot No:1
II.2.2) Additional CPV code(s):
71310000 - Consultative engineering and construction services.
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: Lot 1 – Fire Inspector and Fire Engineer Services
Lot 1 will include services within Technical Design (RIBA Stage 4), Manufacturing and Construction (RIBA Stage 5) Handover (RIBA Stage 6) Use (RIBA Stage 7)
Maximum of 4 economic operators will be awarded to this lot.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Fire Engineer Services
Lot No:2
II.2.2) Additional CPV code(s):
71310000 - Consultative engineering and construction services.
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: Lot 2 – Fire Engineer Services
Lot 2 will include services within Preparing and Briefing (RIBA stage 1) Concept Design (RIBA Stage 2) Spatial Coordination (RIBA stage 3+) with an intention of securing planning consent.
Maximum of 3 economic operators will be awarded to this lot.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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 204-497657
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: Fire Inspector and Fire Engineer Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
PRP, OC361169
Ferry Works, Summer Road, Thames Ditton, 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: 1,500,000
Total value of the contract/lot: 1,500,000
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: 1
Title: Fire Inspector and Fire Engineer Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
International Fire Consultants Limited, 2194010
20 Park Street, Risborough, United Kingdom
NUTS Code: UKI44
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 2
Title: Fire Engineering Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/02/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
International Fire Consultants Limited, 2194010
20 Park Street, Risborough, United Kingdom
NUTS Code: UKI44
The contractor is an SME: Yes
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: 250,000
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=568621525
VI.4) Procedures for review
VI.4.1) Review body
The High Court
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: 09/02/2021