London Borough of Tower Hamlets : H4475 Capital Programme – Planned renewal overhaul and upgrades to lifts, CCTV/Door entry/aerials, communal and other heating/water services and other related works

  London Borough of Tower Hamlets has published this notice through Delta eSourcing

Notice Summary
Title: H4475 Capital Programme – Planned renewal overhaul and upgrades to lifts, CCTV/Door entry/aerials, communal and other heating/water services and other related works
Notice type: Contract Notice
Authority: London Borough of Tower Hamlets
Nature of contract: Works
Procedure: Restricted
Short Description: The London Borough of Tower Hamlets seeks expressions of interest for works of planned renewals, overhaul and upgrade to (1) lifts, (2) CCTV, door entry systems, TV and other aerials, (3) communal heating and related mechanical services and electrical works, hot and cold water supply tanks, boosted water services and bathrooms to meet occupational therapy requirements; and all related builders work to the 22,000 homes managed by Tower Hamlets Homes (THH) and at the discretion of the London Borough Of Tower Hamlets similar or related works to other buildings owned or managed by the London Borough Of Tower Hamlets. The works will be let as three separate contracts for a 5 years duration, subject to satisfactory performance. Main site of works: Various locations within the administrative area of the London Borough of Tower Hamlets covering the 22,000 dwellings (approximate figure) contained in the London Borough’s housing stock which is under the management of Tower Hamlets Homes (THH) and such other buildings at the discretion of the Council whether owned or managed by the London Borough of Tower Hamlets or THH.
Published: 22/11/2013 14:59

View Full Notice

UK-London: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Tower Hamlets
      Mulberry Place, 5 Clove Crescent, London, E14 2BG, United Kingdom
      Tel. +44 2073644795, Email: procurement@towerhamlets.gov.uk, URL: http://www.towerhamlets.gov.uk/, URL: www.towerhamlets.gov.uk/data/business/data/council-business/index.cfm
      Electronic Access URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      Electronic Submission URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

      Further information can be obtained at: As Above       
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: H4475 Capital Programme – Planned renewal overhaul and upgrades to lifts, CCTV/Door entry/aerials, communal and other heating/water services and other related works
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS         Execution


         Region Codes: UKI12 - Inner London - East         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Construction work. Alarm system and antenna installation work. Lift and escalator installation work. Mechanical installations. The London Borough of Tower Hamlets seeks expressions of interest for works of planned renewals, overhaul and upgrade to (1) lifts, (2) CCTV, door entry systems, TV and other aerials, (3) communal heating and related mechanical services and electrical works, hot and cold water supply tanks, boosted water services and bathrooms to meet occupational therapy requirements; and all related builders work to the 22,000 homes managed by Tower Hamlets Homes (THH) and at the discretion of the London Borough Of Tower Hamlets similar or related works to other buildings owned or managed by the London Borough Of Tower Hamlets.
The works will be let as three separate contracts for a 5 years duration, subject to satisfactory performance.

Main site of works: Various locations within the administrative area of the London Borough of Tower Hamlets covering the 22,000 dwellings (approximate figure) contained in the London Borough’s housing stock which is under the management of Tower Hamlets Homes (THH) and such other buildings at the discretion of the Council whether owned or managed by the London Borough of Tower Hamlets or THH.
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         
         45312000 - Alarm system and antenna installation work.
         
         45313000 - Lift and escalator installation work.
         
         45350000 - Mechanical installations.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The amount and value of workso that shall be let under this contract notice depends on the service scope set by THH and the annual budget provision set by the London Borough of Tower Hamlets. No guarantee of expenditure and throughput of works but for guidance purposes the range of values is set out below. The London Borough of Tower Hamlets will retain the option to use other methods of procurement for any section or sections of the works described in the interests of achieving best value and as such this will amount to a non-exclusive agreement.
H/4475 – . works of planned renewals, overhaul and upgrade to (1) lifts, (2) CCTV, door entry systems, TV and other aerials, (3) communal heating and related mechanical services and electrical works, hot and cold water supply tanks, boosted water services and bathrooms to meet occupational therapy requirements; and all related builders work No throughput guarantee is given but the estimated value is £7,500,000 - £9,000-,000 per annum, making a total estimated scope .
Lot 1 – Lifts and related builder’s work. The estimated annual value is £2,500,000 for which no throughput guarantee is given
Lot 2 – CCTV, door entry systems, TV and other aerials and related builder’s work. The estimated annual value is upto £2,500,000 for which no throughput guarantee is given.
Lot 3 – Communal heating and related mechanical and electrical works, hot and cold water supply tanks, boosted water services and bathrooms to meet OT requirements and all related builders work. The estimated annual value is £2,500,000 for which no throughout guarantee is given,                  
         Estimated value excluding VAT:
         Range between: 37,500,000 and 50,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The term of each lot will be 5 years, subject to satisfactory performance.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 – Lifts and related builder’s work.

      1)Short Description:      
      planned renewals, overhaul and upgrade to lifts including associated builder's work.

      2)Common Procurement Vocabulary:
         45313000 - Lift and escalator installation work.
         
      3)Quantity Or Scope:      
      The estimates annual value is up to £4,000,000 for the Lot, per annum, for which no throughput guarantee is given               
         Value range between: 1 and 4,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The term of each lot will be 5 years, subject to satisfactory performance. The Council intends to appoint 3 contractors to this lot with the annual estimate potentially shared between the three.      
      Lot No: 2
      Title: Lot 2 – CCTV, door entry systems, TV and other aerials and related builder’s work.

      1)Short Description:      
      planned renewals, overhaul and upgrade to door entry systems, TV and other aerials and related builder's work.

      2)Common Procurement Vocabulary:
         45312000 - Alarm system and antenna installation work.
         
      3)Quantity Or Scope:      
      The estimates annual value is up to £3,000,000 for which no throughput guarantee is given.               
         Value range between: 1 and 3,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The estimates annual value is upto £2,500,000 for which no throughput guarantee is given. The Council intends to appoint 1 contractor to this lot.      
      Lot No: 3
      Title: Lot 3 – Communal heating and related mechanical and electrical works.

      1)Short Description:      
      planned renewals, overhaul and upgrade to communal heating and related mechanical services and electrical works, hot and cold water supply tanks, boosted water services and bathrooms to meet occupational therapy requirements and all related builders work.

      2)Common Procurement Vocabulary:
         45350000 - Mechanical installations.
         
      3)Quantity Or Scope:      
      The estimates annual value is up to £3,000,000 for which no throughput guarantee is given.               
         Value range between: 1 and 3,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 60
                                          
                  
         5)Additional Information About Lots:         
            The estimated annual value is upto £2,500,000 for which no throughout guarantee is given, The Council intends to appoint 1 contractor to this lot.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Details of any deposits, guarantees or bonds will be set out in the tender documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Conditions will be set out in the tender documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      PLC, limited companies only
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) How what is proposed to be procured might improve the social, economic and environmental well-being of the area where it exercises its functions and
(b) How in conducting the process of procurement, it might act with a view to securing this improvement

Accordingly the subject matter has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities will be described in the PQQ and the tender documentation and will be reflected in the environmental and social characteristics in the evaluation criteria for the award.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Applicants are required to complete a Pre- Qualification Questionnaire in accordance with the provisions of Article 45 of the Consolidated Directive 2004/18/EC. The Pre- Qualification Questionnaire can be obtained by requesting a copy from the person named in section I.1      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre Qualification Questionnaire      
      III.2.4)Information about reserved contracts: Not Provided
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 Pre Qualification Questionnaire (per lot)   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      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: H4475      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/01/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that works under this notice may be suitable for economic operators that are small or medium enterprises (SMEs). However any selection of tenderers will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis of the most economically advantageous tender.

The contracting authority reserves the right not to award a contract for works advertised under this notice at its sole discretion and the contracting authority shall have no liability to any applicant/tenderer as a result of the exercise of this discretion. All costs incurred by the applicant/tenderer before signature of any contract with the contracting authority shall be incurred entirely at the applicant/tenderers risk and the contracting authority shall have no liability whatever for those costs.

The Pre- Qualification Questionnaire will be reviewed and applicants advised if they have submitted a compliant Pre- Qualification Questionnaire for long listing. A short list will be compiled with a target date of two months after the date set for returns of the Pre- Qualification Questionnaire or such longer period as is required should the numbers of Pre- Qualification Questionnaires returned be larger than expected.

Tenderers who are selected to submit formal tenders will be required to hold their tenders open for a minimum period of six months

The estimated value of the contract is £37,5 - £50m over the full term for all lots.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=77991891
GO-20131122-PRO-5286081 TKR-20131122-PRO-5286080
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Tower Hamlets
      Mulberry Place, London, E14 2BG, United Kingdom
      Tel. +44 2073644831

      Body responsible for mediation procedures:
               London Borough of Tower Hamlets
         Mulberry Place, London, E14 2BG, United Kingdom
         Tel. +44 2073644831

      VI.4.2)Lodging of appeals: Subject to 10 day standstill procedure   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Tower Hamlets
      Mulberry Place, London, E14 2BG, United Kingdom
      Tel. +44 2073644831

   VI.5) Date Of Dispatch Of This Notice: 22/11/2013

ANNEX A
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm, Northumberland, United Kingdom
      URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
      https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm, Northumberland, United Kingdom
      URL: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

View any Notice Addenda

View Award Notice