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

1718-0257–New Build Construction Framework

  • First published: 26 March 2019
  • Last modified: 26 March 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:
26 March 2019
Deadline date:
24 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 – Projects with a value up to 4 999 999.99 GBP.

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: Nuria Carrascosa

Telephone: +44 2075278118

E-mail: Nuria.CarrascosaSaenz@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.1) Name and addresses

London Borough of Camden

5 Pancras Square, c/o Camden Town Hall, Judd Street

London

WC1H 8NG

UK

Contact person: Helen Ridgewell

E-mail: helen.ridgewell@camden.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.camden.gov.uk

I.1) Name and addresses

Hackney

Housing service centre at 1 Hillman Street

London

E8 1DY

UK

Contact person: Clare Brennan

Telephone: +44 20883561359

E-mail: clare.brennan@hackney.gov.uk

NUTS: UK

Internet address(es)

Main address: www.hackney.gov.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=77364489-09e4-e811-80ef-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/


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

1718-0257–New Build Construction Framework

Reference number: DN389260

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Council requires a framework for construction, refurbishment and associated works. Contractors are required to be experienced in new build refurbishment, repairs and maintenance including residential, education, health, community and mixed use schemes. The majority of works will be for residential mixed tenure new build, which include refurbishment or conversion schemes that will be procured either as part of a combined new build/refurbishment/conversion schemes or on a stand-alone basis. The framework scope will cover roof top extensions and all construction works associated with this development form including, where considered appropriate, works to existing related building/asset fabric, infrastructure or finishes. The Council wishes to promote the use of modern methods of construction.

II.1.5) Estimated total value

Value excluding VAT: 1 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Prospective tenders will only be considered on the framework for a maximum of 2 lots which can be any combination of the three lots available. Prospective tenderers must indicate in their selection questionnaire submission the 2 lots they wish to apply for.

Further information can be found in the Tender Documentation

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Projects with a value up to 4 999 999.99 GBP.

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

London Borough Of Islington

II.2.4) Description of the procurement

Lot 1 – Projects with a value up to 4 999 999.99 GBP.

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to Training and Employment / Weighting: 15

Quality criterion: Proposed approach to Structure and Quality of Project Delivery Team / Weighting: 10

Quality criterion: Proposed approach to Customer Satisfaction / Weighting: 10

Quality criterion: Proposed approach to Continuous Improvement / Weighting: 10

Quality criterion: Proposed approach to Project Delivery / Weighting: 10

Quality criterion: Proposed approach to Sustainability / Weighting: 5

Cost criterion: COST / Weighting: 40

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: 48

This contract is subject to renewal: Yes

Description of renewals:

The procurement strategy going forward will be reviewed and implemented 18 months prior to the expiry date of the framework.

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

Tenderers should be aware that the award criteria and weightings for direct awards or mini-competitions under the framework agreement will be subject to change at the discretion of the council. Refer to Tender documents for further information.

Lot No: 2

II.2.1) Title

Lot 2 – Projects with a value between 5 000 000.00 GBP and 19 999 999.99 GBP

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

London Borough Of Islington

II.2.4) Description of the procurement

Lot 2 – Projects with a value between 5 000 000.00 GBP and 19 999 999.99 GBP

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to Training and Employment / Weighting: 15

Quality criterion: Proposed approach to Structure and Quality of Project Delivery / Weighting: 10

Quality criterion: Proposed approach to Customer Satisfaction / Weighting: 10

Quality criterion: Proposed approach to Continuous Improvement / Weighting: 10

Quality criterion: Proposed approach to Project Delivery / Weighting: 10

Quality criterion: Proposed approach to Sustainability / Weighting: 5

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 480 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The procurement strategy going forward will be reviewed and implemented 18 months prior to the expiry date of the framework.

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

Tenderers should be aware that the award criteria and weightings for direct awards or mini-competitions under the framework agreement will be subject to change at the discretion of the council. Refer to Tender documents for further information.

Lot No: 3

II.2.1) Title

Lot 3 – Projects with a value in excess of 20 000 000.00 GBP

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

London Borough of Islington

II.2.4) Description of the procurement

Lot 3 – Projects with a value in excess of 20 000 000.00 GBP

II.2.5) Award criteria

Criteria below:

Quality criterion: Proposed approach to Training and Employment / Weighting: 15

Quality criterion: Proposed approach to Structure and Quality of Project Delivery Team / Weighting: 10

Quality criterion: Proposed approach to Customer Satisfaction / Weighting: 10

Quality criterion: Proposed approach to Continuous Improvement / Weighting: 10

Quality criterion: Proposed approach to Project Delivery / Weighting: 10

Quality criterion: Proposed approach to Sustainability / Weighting: 5

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 600 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The procurement strategy going forward will be reviewed and implemented 18 months prior to the expiry date of the framework.

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

Tenderers should be aware that the award criteria and weightings for direct awards or mini-competitions under the framework agreement will be subject to change at the discretion of the council. Refer to Tender documents for further information.

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:

As per Selection Questionnaire and/or tender documentation as appropriate.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per Selection Questionnaire and/or tender documentation as appropriate.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 24

Justification for any framework agreement duration exceeding 4 years:

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: 24/04/2019

Local time: 11:55

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The procurement strategy going forward will be reviewed and implemented 18 months prior to the expiry date of the framework.

VI.3) Additional information

Prospective tenders will only be considered on the framework for a maximum of two lots which can be any combination of the three lots available. Prospective tenderers must indicate in their selection questionnaire submission the two lots they wish to apply for.

Should prospective bidders apply for all lots, the council will not evaluate any submissions for any lots should this arise until the prospective bidder/s confirms his preferred combination of the maximum two lots available, failure to confirm which lots are being applied for will result in no submission for any lots being evaluated.

Tenderers should be aware that the award criteria and weightings for direct awards or mini-competitions under the framework agreement will be subject to change at the discretion of the council. This is to insure that the council meets it objectives for each of its collective or individual scheme/s.

Should the Council wish to exercise this discretion then these will be highlighted in the direct award or mini-competitions documents. If no changes are specified the council will evaluate direct awards or mini-competitions using the award criteria and weightings above.

The Council reserve the right to re-evaluate financial viability and insurance levels of successful framework contractors provided at selection stage prior to contracts being awarded via direct award or mini-competitions.

VI.4) Procedures for review

VI.4.1) Review body

Islington Council – Strategic Procurement Team

7 Newington Barrow Way

London

N7 7EP

UK

Telephone: +44 2075278118

E-mail: procurement@islington.gov.uk

Internet address(es)

URL: http://www.islington.gov.uk

VI.4.2) Body responsible for mediation procedures

Islington Council – Strategic Procurement Team

7 Newington Barrow Way

London

N7 7EP

UK

Telephone: +44 2075278118

E-mail: procurement@islington.gov.uk

Internet address(es)

URL: http://www.islington.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Islington Council – Strategic Procurement Team

7 Newington Barrow Way

London

N7 7EP

UK

Telephone: +44 2075278118

E-mail: procurement@islington.gov.uk

Internet address(es)

URL: http://www.islington.gov.uk

VI.5) Date of dispatch of this notice

20/03/2019

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:
Nuria.CarrascosaSaenz@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.