Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

1617-0870 Cyclical Works

  • First published: 25 July 2019
  • Last modified: 25 July 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Islington
Authority ID:
AA72670
Publication date:
25 July 2019
Deadline date:
02 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

For Lots 1 and 2 — we are looking to appoint 2 contractors who can deliver external cyclical decoration and repair and renewal works to roofs, windows, external structures, internal communal areas, kitchen and bathroom renewals, communal electrical works (such as communal lighting, estate lighting, door entry phone renewal, riser and lateral renewal; mechanical repair and renewal works, mainly for ventilation systems but also renewal of communal water tanks and fire protection works).

A map showing how we have split the borough is provided in Appendix 12 of the contract details.

Each lot will comprise of 6 areas of works as follows:

1) Maintenance and property re-investment;

2) Communal mechanical and electrical;

3) Asbestos work;

4) Controlled door entry;

5) Electrical upgrade and maintenance;

6) Fire safety works.

Contractors must bid for all 6 modules inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

Tenderers must bid for all 6 modules areas inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Islington

7 Newington Barrow Way

London

N7 7EP

UK

Contact person: Strategic Procurement Team

Telephone: +44 2075278118

E-mail: procurement@islington.gov.uk

NUTS: UKI

Internet address(es)

Main address: http://www.islington.gov.uk/

Address of the buyer profile: http://www.islington.gov.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=9667f074-8f96-e911-80f8-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=9667f074-8f96-e911-80f8-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

1617-0870 Cyclical Works

Reference number: DN418133

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Islington Council invites suitable expressions of interest from contractors for cyclical works.

Islington’s housing department currently manages 28 973 units of accommodation and is thus responsible for keeping the buildings that contain these flat in good repair. In 2022 a further 4 054 units of accommodation in street properties will be returned to the Council’s management. The Council would like to appoint 3 contractors to work with it in partnership to deliver the major works to this accommodation. The type and nature of works will include repairs and renewal work to roofs and windows, external decorations, repairs to brickwork and render, replacement of kitchens and bathrooms, upgrading domestic electrical installations, renewal of some domestic boilers, renewal of door entry systems, renewal of estate and communal lighting, upgrading of communal ventilation systems, renewal of communal water tanks, fire protection works (this list is not exhaustive).

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Estate Properties and Mansion Blocks in the East of the Borough

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

For Lots 1 and 2 — we are looking to appoint 2 contractors who can deliver external cyclical decoration and repair and renewal works to roofs, windows, external structures, internal communal areas, kitchen and bathroom renewals, communal electrical works (such as communal lighting, estate lighting, door entry phone renewal, riser and lateral renewal; mechanical repair and renewal works, mainly for ventilation systems but also renewal of communal water tanks and fire protection works).

A map showing how we have split the borough is provided in Appendix 12 of the contract details.

Each lot will comprise of 6 areas of works as follows:

1) Maintenance and property re-investment;

2) Communal mechanical and electrical;

3) Asbestos work;

4) Controlled door entry;

5) Electrical upgrade and maintenance;

6) Fire safety works.

Contractors must bid for all 6 modules inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

Tenderers must bid for all 6 modules areas inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to customer care / Weighting: 15

Quality criterion: Proposed approach to management of works / Weighting: 15

Quality criterion: Proposed approach to information handling / Weighting: 10

Quality criterion: Proposed approach to health and safety / Weighting: 5

Quality criterion: Proposed approach to collaborative working / Weighting: 5

Cost criterion: Cost / Weighting: 50

II.2.6) Estimated value

Value excluding VAT: 120 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

The contracts for each lot will be for a duration of 48 months with the option to extend for a further 36 months on 2 separate occasions, i.e. potential contract duration including all extensions are of 120 months (10 years).The estimated start date is as follows:

— anticipated contract award date-May 2020,

— implementation period-June-Aug 2020,

— anticipated contract start date on site-1.9.2020.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

For full details, please see the London Tenders Portal, contract ref: 1617-0870 Cyclical Works.

Lot No: 2

II.2.1) Title

Estate Properties and Mansion Blocks in the West of the Borough

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

For Lots 1 and 2 — we are looking to appoint 2 contractors who can deliver external cyclical decoration and repair and renewal works to roofs, windows, external structures, internal communal areas, kitchen and bathroom renewals, communal electrical works (such as communal lighting, estate lighting, door entry phone renewal, riser and lateral renewal; mechanical repair and renewal works, mainly for ventilation systems but also renewal of communal water tanks and fire protection works.

A map showing how we have split the borough is provided in Appendix 12 of the contract details.

Each lot will comprise of 6 modules of identical works as follows:

1) Maintenance and property re-investment;

2) Communal mechanical and electrical;

3) Asbestos work;

4) Controlled door entry;

5) Electrical upgrade and maintenance;

6) Fire safety works.

Contractors must bid for all 6 modules inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

Tenderers must bid for all 6 modules areas inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to customer care / Weighting: 15

Quality criterion: Proposed approach to management of works / Weighting: 15

Quality criterion: Proposed approach to information handling / Weighting: 10

Quality criterion: Proposed approach to health and safety / Weighting: 5

Quality criterion: Proposed approach to collaborative working / Weighting: 5

Cost criterion: Cost / Weighting: 50

II.2.6) Estimated value

Value excluding VAT: 120 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

The contracts for each lot will be for a duration of 48 months with the option to extend for a further 36 months on 2 separate occasions, i.e. potential contract duration including all extensions are of 120 months (10 years).The estimated start date is as follows:

— anticipated contract award date-May 2020,

— implementation period-June-Aug 2020,

— anticipated contract start date on site-1.9.2020.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

For full details, please see the London Tenders Portal, contract ref: 1617-0870 Cyclical Works.

Lot No: 3

II.2.1) Title

Street Properties Across the Borough (Mainly Edwardian and Victorian Properties that most of which have been converted into 2 or more Flats)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

For Lot 3 — we are looking to appoint a managing contractor to undertake cyclical decoration and repair and renewal works to roofs, windows, external structure, redecoration of internal communal areas, kitchen and bathroom replacement works, door entry phone replacement and limited fire protection works. The Council currently manages 913 units of accommodation in street properties, however, in 2022 a further 4 054 units of accommodation, (contained within street properties) will be returned to the Council’s management. These properties are currently managed by a PFI provider but the current arrangement will end in 36 months.

The majority of the properties fall within or very close to conservation areas (which will primarily affect the appearance of the front elevation of the properties), and a number are listed. The client representatives are working hard to forge good working relationships with planning colleagues.

Each lot will comprise of 6 modules of identical works as follows:

1) Maintenance and property re-investment;

2) Communal mechanical and electrical;

3) Asbestos work;

4) Controlled door entry;

5) Electrical upgrade and maintenance;

6) Fire safety works.

Contractors must bid for all 6 modules inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

Tenderers must bid for all 6 modules areas inclusively and cannot select which modules to submit a tender for. Failure to submit a tender covering all 6 modules will invalidate your tendered submission.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to customer care / Weighting: 15

Quality criterion: Proposed approach to management of works / Weighting: 15

Quality criterion: Proposed approach to information handling / Weighting: 10

Quality criterion: Proposed approach to health and safety / Weighting: 5

Quality criterion: Proposed approach to collaborative working / Weighting: 5

Cost criterion: Cost / Weighting: 50

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

The contracts for each lot will be for a duration of 48 months with the option to extend for a further 36 months on 2 separate occasions, i.e. potential contract duration including all extensions are of 120 months (10 years).The estimated start date is as follows:

— anticipated contract award date-May 2020:

— implementation period-June-Aug 2020,

— anticipated contract start date on site-1.9.2020.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

For full details, please see the London Tenders Portal, contract ref: 1617-0870 Cyclical Works.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/09/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Islington Council

7 Newington Barrow Way

London

N7 7EP

UK

Telephone: +44 2075278118

E-mail: procurement@islington.gov.uk

Internet address(es)

URL: https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=9667f074-8f96-e911-80f8-005056b64545

VI.5) Date of dispatch of this notice

22/07/2019

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@islington.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.