By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

M&E; Capital Programme 2014-15: Door Entry.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Lewisham Homes Ltd
Home Park Housing Office, 129 Winchfield Road, Sydenham
Contact point(s): Procurement Team
For the attention of: Eleanor Miller
SE26 5TH London
UNITED KINGDOM
Telephone: +44 2086134207
E-mail:
Fax: +44 2086134241

Internet address(es):

General address of the contracting authority: www.lewishamhomes.org.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

London Borough of Lewisham
SE6 4RU
Lewisham Town Hall, Catford Lewisham
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
M&E; Capital Programme 2014-15: Door Entry.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: London Borough of Lewisham.

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The installation of 24 door entry systems including replacement of Entry Phone Panel, Communal Doors (where necessary), handsets, cabling and upgrades to electronic fobs. Also improvements to the electrical intake, fuse boards (where necessary), emergency lighting in intake cupboards, additional lighting (where necessary) and notices.
Exclusions include CCTV, major electrical works, redecoration, flooring and landscaping.
II.1.6)Common procurement vocabulary (CPV)

42961100, 32552600

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The installation of 24 door entry systems and associated equipment.
Estimated value excluding VAT: 671 948 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 6 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
If applicable, details of deposits and guarantees will be sent out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
If applicable, details of deposits and guarantees will be sent out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If applicable, groupings of economic operators may either (at the option of the contracting authority) be required to form a legal entity or to undertake joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of any conditions will be set out in the tender documents. These may include conditions relating to environmental and social requirements.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Qestionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC. The PQQ is available from the Contact Point given (in Section I.1) above and must be returned by the date stipulated in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Qestionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC. The contracting authority need not consider any request to participate unless it is accompanied by a completed PQQ.
The PQQ is available from the Contact Point given in Section I.1 above and must be returned by the date stipulated in Section IV.3.4
Minimum level(s) of standards possibly required: As set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Qestionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC. The contracting authority need not consider any request to participate unless it is accompanied by a completed PQQ.
The PQQ is available from the Contact Point given in Section I.1 above and must be returned by the date stipulated in Section IV.3.4
Minimum level(s) of standards possibly required:
As set out in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: As set out in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PS/2013/10(OJEU 3)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Lewisham Homes Limited (LHL) is the Arms Length Management Organisation (ALMO) responsible for the management of housing stock owned by the London Borough of Lewisham. The housing stock, which is the subject of these services, is widely distributed throughout the London Borough of Lewisham and largely consists of low rise flats, although there are also some high-rise blocks and street properties.
The right is reserved not to proceed with or not to award a contract for the whole or part of this procurement.
Neither LHL nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest in or tendering for these services.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of a 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within3 months). Where a contract has not been entered into, the court may order the setting aside of the award decision or order the contracting authority to amend any documentation and may award damages. If the contract has been entered into, the court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be "ineffective".
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
9.12.2013