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