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