Haringey Council: Major Works Programme

  Haringey Council has published this notice through Delta eSourcing

Notice Summary
Title: Major Works Programme
Notice type: Contract Award Notice
Authority: Haringey Council
Nature of contract: Works
Procedure: Restricted
Short Description: Framework agreement for the delivery of the capital programme which includes but is not limited to the following programme for the Council existing housing stock (21,000 dwellings of which 4,500 have been sold as leasehold properties). The capital programme is expected to include (but not limited to): • Decent Homes (DHs) which includes the replacement or renewal of the building components • Planned Preventative Maintenance (PPM) works which includes cyclical external and internal communal decoration works and pre decoration repairs to block dwellings and street properties. The following works could be included with or separate to the above work (list not limited to): • Electrical Works • Mechanical Works • Lift Replacement • Structural Repairs which includes surveying, monitoring and structural repairs and underpinning to dwellings • Major Void Works which includes the refurbishment of empty properties to bring them up to current day standards • Environmental Improvements which includes Estate Improvement Works • Conversions/Extensions/Adaptations of dwellings • Energy Efficiency works • Asbestos surveys and removal works to internal and external aspects of Haringey properties • Any improvements, reinstatement or associated works. Individual projects are being awarded to the successful applicants based on an approach where they will be expected to work with a number of established supply chain members through the Supply Chain Management Group. http://www.supplychainmanagementgroup.org/ The delivery contract for each option is based on an amended form of the PPC2000 (2008) Project Partnering Contract. The Authority is awarding call-off contracts for two year programmes of work. The initial call offs for the first two years programme (call off 1) are being let to the two contractors providing the Most Economically Advantageous Tenders (MEAT). Subsequently, the Authority anticipates making two further call off programme awards for two years each around the second anniversary of the framework (call off 2) and prior to expiry (call off 3). Accordingly, the final two years call-offs will last beyond the expiry of the framework agreement itself. In addition, the Authority maintains its discretion to award further ad-hoc packages of work as and when required. The Authority anticipates the subsequent call-off contracts for the award of second and third programme awards and for any other ad hoc packages of work within the scope of the Framework Agreement shall be let by using mini-competitions in accordance with the Framework Agreement or by direct award.
Published: 12/03/2014 18:57

View Full Notice

UK-London: Construction work.

Section I: Contracting Authority
   Title: UK-London: Construction work.
   I.1)Name, Addresses and Contact Point(s):
      The Mayor and Burgesses of the London Borough of Haringey
      Floor 5, Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
      Tel. +44 2084891073, Fax. +44 2084891917, Email: majorworks@homesforharingey.org, URL: www.haringey.gov.uk
      Contact: Construction Procurement Group
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Housing and community amenities

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Major Works Programme      
      II.1.2)Type of contract and location of works:
         WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
         Region Codes: UKI2 - Outer London         
      II.1.3)Information about a framework or a dynamic purchasing system:
         The notice involves the establishment of a framework agreement                   
      II.1.4)Short description of the contract or purchase(s):
         Construction work. Refurbishment work. Roof works and other special trade construction works. Asbestos-removal work. Construction work for houses. Electrical installation work. Lift installation work. Mechanical installations. Preventive maintenance services. Sheltered housing construction work. Repair and maintenance services of building installations. Roof repair and maintenance work. Miscellaneous repair and maintenance services. Plumbing and sanitary works. Installation of fitted kitchens. Framework agreement for the delivery of the capital programme which includes but is not limited to the following programme for the Council existing housing stock (21,000 dwellings of which 4,500 have been sold as leasehold properties).

The capital programme is expected to include (but not limited to):
• Decent Homes (DHs) which includes the replacement or renewal of the building components
• Planned Preventative Maintenance (PPM) works which includes cyclical external and internal communal decoration works and pre decoration repairs to block dwellings and street properties.

The following works could be included with or separate to the above work (list not limited to):

• Electrical Works
• Mechanical Works
• Lift Replacement
• Structural Repairs which includes surveying, monitoring and structural repairs and underpinning to dwellings • Major Void Works which includes the refurbishment of empty properties to bring them up to current day standards
• Environmental Improvements which includes Estate Improvement Works
• Conversions/Extensions/Adaptations of dwellings
• Energy Efficiency works
• Asbestos surveys and removal works to internal and external aspects of Haringey properties
• Any improvements, reinstatement or associated works.

Individual projects are being awarded to the successful applicants based on an approach where they will be expected to work with a number of established supply chain members through the Supply Chain Management Group. http://www.supplychainmanagementgroup.org/

The delivery contract for each option is based on an amended form of the PPC2000 (2008) Project Partnering Contract.

The Authority is awarding call-off contracts for two year programmes of work. The initial call offs for the first two years programme (call off 1) are being let to the two contractors providing the Most Economically Advantageous Tenders (MEAT).
Subsequently, the Authority anticipates making two further call off programme awards for two years each around the second anniversary of the framework (call off 2) and prior to expiry (call off 3). Accordingly, the final two years call-offs will last beyond the expiry of the framework agreement itself. In addition, the Authority maintains its discretion to award further ad-hoc packages of work as and when required.

The Authority anticipates the subsequent call-off contracts for the award of second and third programme awards and for any other ad hoc packages of work within the scope of the Framework Agreement shall be let by using mini-competitions in accordance with the Framework Agreement or by direct award.
      II.1.5)Common procurement vocabulary:
         45000000 - Construction work.
         45453100 - Refurbishment work.
         45260000 - Roof works and other special trade construction works.
         45262660 - Asbestos-removal work.
         45211100 - Construction work for houses.
         45310000 - Electrical installation work.
         45313100 - Lift installation work.
         45350000 - Mechanical installations.
         50324200 - Preventive maintenance services.
         45211200 - Sheltered housing construction work.
         50700000 - Repair and maintenance services of building installations.
         45261900 - Roof repair and maintenance work.
         50800000 - Miscellaneous repair and maintenance services.
         45330000 - Plumbing and sanitary works.
         45421151 - Installation of fitted kitchens.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Quality - 40
         
      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: MWP 2014         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 82 - 137638 of 26/04/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2014      
      V.2) Information About Offers
         Number Of Offers Received: 10          
         Number Of Offers Received By Electronic Means: 10       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Keepmoat Regeneration (Apollo) Limited
         Postal address: Conquest House, Church Street
         Town: Waltham Abbey
         Postal code: EN9 1DX
         Country: United Kingdom
         Telephone: +44 1992650333
         Internet address: www.keepmoat.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2014      
      V.2) Information About Offers
         Number Of Offers Received: 10          
         Number Of Offers Received By Electronic Means: 10       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mulalley & Company Limited
         Postal address: Teresa Gavin House, Woodford Avenue
         Town: Woodford Green
         Postal code: IG8 8FA
         Country: United Kingdom
         Telephone: +44 2085519999
         Internet address: www.mulalley.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2014      
      V.2) Information About Offers
         Number Of Offers Received: 10          
         Number Of Offers Received By Electronic Means: 10       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Mears Ltd
         Postal address: 1390 Mountpellier Court, Gloucester Business Park, Brockworth
         Town: Gloucester
         Postal code: GL3 4AH
         Country: United Kingdom
         Telephone: +44 1322319100
         Internet address: www.mearsgroup.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known

   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2014      
      V.2) Information About Offers
         Number Of Offers Received: 10          
         Number Of Offers Received By Electronic Means: 10       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Wates Construction Limited
         Postal address: Wates House, Station Approach
         Town: Leatherhead
         Postal code: KT22 7SW
         Telephone: +44 1372861000
         Internet address: www.wates.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      (1) The Contracting Authority is the Mayor and Burgesses of the London Borough of Haringey.
(2) The Contracting Authority has a duty to deliver Best Value and Performance Improvement in
accordance with the UK-Local Government Act 1999 and the UK-Audit Commission Act 1998. The requirements under these two UK-Acts will have been considered and reflected in the Contracting Authority's tender evaluation criteria and weightings.
(3) Appointment to a framework agreement is not a guarantee of work or any volume of work under the framework.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=85299010
GO-2014312-PRO-5523273 TKR-2014312-PRO-5523272   
   VI.3.1)Body responsible for appeal procedures:
      High Court of England and Wales
      Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.3.2)Lodging of appeals: In accordance with the Public Contracts Regulations 2006 (as amended).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
   
   VI.4)Date Of Dispatch Of This Notice: 12/03/2014

View any Notice Addenda

View Award Notice