Gas Collaboration 18 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Passenger Lift Planned Preventative and Responsive Maintenance |
Notice type: | Contract Notice |
Authority: | Gas Collaboration 18 |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Homes for Haringey Limited (the “Authority”) is an arms-length management organisation, wholly owned by the London Borough of Haringey and manages more than 21,000 tenanted and leasehold council owned properties. The Authority is seeking expressions of interest from suitably qualified and experienced contractors to enter in to a contract for the provision of a programme of planned preventative and responsive maintenance services of passenger lifts in its residential and communal properties. Newer lifts in some properties will incorporate auto diallers and remote monitoring equipment. The programme is divided into two Lots. Lot 1 (Area North) will cover the geographical areas of Wood Green and North Tottenham, with 65 passenger lifts. Lot 2 (Area South) will cover the geographical areas of Hornsey, South Tottenham and Broadwater Farm housing estate, with 75 passenger lifts. Applicants will be able to tender for both Lots but each Lot will be awarded to a separate contractor. For each Lot, the successful contractor will be required to provide: (i) Monthly inspections of all lifts in accordance with manufactures instructions for each installation; (ii) Reports and recommendations for the safe use of all passenger lifts; (iii) Responsive repairs to passenger lifts 24 hours a day and 365 days per year within a four hour response time; (iv) a dedicated staffed telephone number for direct contact by HFH’s residents concerning trappings 24 hours a day 365 days a year, within a one hour response time; and (v) installation works as part of a programme of equipment upgrades and/or planned maintenance. The Authority’s directly employed staff undertake more than 85% of repairs themselves, and services allocated to the successful contactors will generally be larger, more complex or to support the Authority’s staff during peak activity periods. Services given to successful contractors will typically be pre-inspected and specified by the Authority’s technical staff. The number of repairs issued to the successful contractors each year is decreasing annually as a result of the Authority’s lift renewal programme, so volumes may fluctuate over the life of the contract. The contract for each Lot will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. The term for each contract will have an initial term of 5 years, with an option at the Authority’s sole discretion to extend for a 6th year and a further option at the Authority’s sole discretion to extend for a 7th year, in each case subject to successful contractors performing satisfactorily against KPIs. All applicants will be required to demonstrate that they have experience and the ability to carry out the services in order to bid for the contracts. The Authority has a duty to deliver best value and performance improvement in accordance with UK-Local Government Act 1999 and the UK-Audit Commission Act 1998and will require the successful contractors to demonstrate best value throughout the term of the contacts. |
Published: | 02/09/2014 15:35 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Homes for Haringey Ltd
9th Floor, Alexandra House, 10 Station Road, London, N22 7TR, United Kingdom
Tel. +44 084891297, Email: procurement@homesforharingey.org, URL: http://www.homesforharingey.org, URL: http://homesforharingey.g2b.info/
Attn: Denislava Ivanova
Electronic Access URL: http://delta-esourcing.com/respond/5KNC6839TD
Further information can be obtained at: ANNEX A.I
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:
Body governed by public law
I.3) Main activity:
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Passenger Lift Planned Preventative and Responsive Maintenance
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKI2 - Outer London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Lift-maintenance services. Repair and maintenance services. Lifts. Homes for Haringey Limited (the “Authority”) is an arms-length management organisation, wholly owned by the London Borough of Haringey and manages more than 21,000 tenanted and leasehold council owned properties. The Authority is seeking expressions of interest from suitably qualified and experienced contractors to enter in to a contract for the provision of a programme of planned preventative and responsive maintenance services of passenger lifts in its residential and communal properties. Newer lifts in some properties will incorporate auto diallers and remote monitoring equipment. The programme is divided into two Lots. Lot 1 (Area North) will cover the geographical areas of Wood Green and North Tottenham, with 65 passenger lifts. Lot 2 (Area South) will cover the geographical areas of Hornsey, South Tottenham and Broadwater Farm housing estate, with 75 passenger lifts. Applicants will be able to tender for both Lots but each Lot will be awarded to a separate contractor. For each Lot, the successful contractor will be required to provide: (i) Monthly inspections of all lifts in accordance with manufactures instructions for each installation; (ii) Reports and recommendations for the safe use of all passenger lifts; (iii) Responsive repairs to passenger lifts 24 hours a day and 365 days per year within a four hour response time; (iv) a dedicated staffed telephone number for direct contact by HFH’s residents concerning trappings 24 hours a day 365 days a year, within a one hour response time; and (v) installation works as part of a programme of equipment upgrades and/or planned maintenance. The Authority’s directly employed staff undertake more than 85% of repairs themselves, and services allocated to the successful contactors will generally be larger, more complex or to support the Authority’s staff during peak activity periods. Services given to successful contractors will typically be pre-inspected and specified by the Authority’s technical staff. The number of repairs issued to the successful contractors each year is decreasing annually as a result of the Authority’s lift renewal programme, so volumes may fluctuate over the life of the contract. The contract for each Lot will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. The term for each contract will have an initial term of 5 years, with an option at the Authority’s sole discretion to extend for a 6th year and a further option at the Authority’s sole discretion to extend for a 7th year, in each case subject to successful contractors performing satisfactorily against KPIs. All applicants will be required to demonstrate that they have experience and the ability to carry out the services in order to bid for the contracts. The Authority has a duty to deliver best value and performance improvement in accordance with UK-Local Government Act 1999 and the UK-Audit Commission Act 1998and will require the successful contractors to demonstrate best value throughout the term of the contacts.
II.1.6)Common Procurement Vocabulary:
50750000 - Lift-maintenance services.
50000000 - Repair and maintenance services.
42416100 - Lifts.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1 has an estimated annual value of £50,000 ex VAT for each year of the contract. The total estimated value for Lot 1, including the two optional extensions, is £350,000 ex VAT. Lot 2 has an estimated annual value of £55,000 ex VAT for each year of the contract. The total estimated value for Lot 2, including the two optional extensions, is £385,000 ex VAT. Therefore the total estimated value of the contract, including all optional extensions, is £735,000 ex VAT.
Estimated value excluding VAT: 735,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The contract for each lot may be extended at the Authority's sole discretion 2 times each for a period of 1 year.
If known, Provisional timetable for recourse to these options:
Duration in months: 60 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Passenger Lift Maintenance North
1)Short Description:
Lot 1 (Area North) will cover the geographical areas of Wood Green and North Tottenham, with 65 passenger lifts. Newer lifts in some properties will incorporate auto-diallers and remote monitoring equipment. The successful contractor will be required to provide:(i) Monthly inspections of all lifts in accordance with the manufacturer's instructions for each installation;(ii) Reports and recommendations for the safe use of all passenger lifts;(iii) Responsive repairs to passenger lifts 24 hours a day and 365 days per year within a four hour response time;(iv) a dedicated staffed telephone number for direct contact by HFH’s residents concerning trappings 24 hours a day and 365 days a year, with a one hour response time; and(v) installation works as part of a programme of equipment upgrades and/or planned preventative maintenance. The Authority's directly employed staff undertake more than 85% of repairs themselves, and services allocated to the contractor will generally be larger, more complex or to support the Authority's staff during peak activity periods. Services given to the successful contractor will typically be pre-inspected and specified by the Authority's technical staff. The number of repairs issued to the successful contractor each year is decreasing annually as a result of the Authority's lift renewal programme, so volumes may fluctuate over the life of the contract. The contract will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. The contract will have an initial term of 5 years, with an option at the Authority's sole discretion to extend for a 6th year and a further option at the Authority's sole discretion to extend for a 7th year, in each case subject to the successful contractor performing satisfactorily against KPIs. All applicants will be required to demonstrate that they have experience and the ability to carry out the services in order to bid for the contract. The 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 and will require the successful contractor to demonstrate best value throughout the term of the contract.
2)Common Procurement Vocabulary:
50750000 - Lift-maintenance services.
50000000 - Repair and maintenance services.
42416100 - Lifts.
3)Quantity Or Scope:
Lot 1 has an estimated annual value of £50,000 ex VAT for each year of the contract. The total estimated valuefor Lot 1, including the two optional extensions, is £350,000 ex VAT.
If known, estimated cost of works excluding VAT: 350,000
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 Authority reserves the right not to award a contract or to award a contract for part or parts of the programmeadvertised pursuant to this Notice.The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfersof Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from theincumbent contractor[s] under this procurement. The Authority's detailed requirements will be set out in the tender documents.Further information and PQQ materials may be accessed at http://www.delta-esourcing.com/respond/5KNC6839TD.
Lot No: 2
Title: Passenger Lift Maintenance South
1)Short Description:
Lot 2 (Area South) comprises the geographical areas of Hornsey, South Tottenham and the Broadwater Farm housing estate, with 75 passenger lifts. Newer lifts in some properties will incorporate autodiallers and remote monitoring equipment. The successful contractor will be required to provide: (i) Monthly inspections of all lifts in accordance with the manufacturer's instructions for each installation;(ii) Reports and recommendations for the safe use of all passenger lifts;(iii) Responsive repairs to passenger lifts 24 hours a day and 365 days per year within a four hour response time; (iv) a dedicated staffed telephone number for direct contact by HFH’s residents concerning trappings 24 hours a day and 365 days a year, with a one hour response time; and(v) installation works as part of a programme of equipment upgrades and/or planned preventative maintenance. The Authority's directly employed staff undertake more than 85% of repairs themselves, and services allocated to the contractor will generally be larger, more complex or to support the Authority's staff during peak activity periods. Services given to the successful contractor will typically be pre-inspected and specified by the Authority's technical staff. The number of repairs issued to the successful contractor each year is decreasing annually as a result of the Authority's lift renewal programme, so volumes may fluctuate over the life of the contract. The contract will be in the form of a JCT 2011 Measured Term Contract with bespoke amendments. The contract will have an initial term of 5 years, with an option at the Authority's sole discretion to extend for a 6thyear and a further option at the Authority's sole discretion to extend for a 7th year, in each case subject to the successful contractor performing satisfactorily against KPIs. All applicants will be required to demonstrate that they have experience and the ability to carry out the services in order to bid for the contract. The 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 and will require the successful contractor to demonstrate best value throughout the term of the contract.
2)Common Procurement Vocabulary:
50750000 - Lift-maintenance services.
50000000 - Repair and maintenance services.
42416100 - Lifts.
3)Quantity Or Scope:
Lot 2 has an estimated annual value of £55,000 ex VAT for each year of the contract. The total estimated value for Lot 2, including the two optional extensions, is £385,000 ex VAT.
If known, estimated cost of works excluding VAT: 385,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works:
Completion of works:
5)Additional Information About Lots:
The Authority reserves the right not to award a contract or to award a contract for part or parts of the programmeadvertised pursuant to this Notice.The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfersof Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractor[s] under this procurement. The Authority's detailed requirements will be set out in the tender documents. Further information and PQQ materials may be accessed at http://www.delta-esourcing.com/respond/5KNC6839TD.
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 or guarantees by the Authority will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financial conditions or payment arrangements by the Authority will be set out in the contract documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
joint and several liability in the event of a consortium bid
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a Pre-Qualification Questionnaire (“PQQ”) consistent with EU Directive 2004/18/EC. The PQQ is available from Delta e-sourcing tool and must be returned by the date stipulated at section IV.3.4 via uploading to Delta e-sourcing portal
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a PQQ consistent with EU Directive 2004/18/EC. For more information about this opportunity please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Lift-maintenance-services./5KNC6839TD.
Minimum Level(s) of standards possibly required:
The minimum turnover requirement for economic operators applying for the contract is an average annual turnover over the last three accounting periods of at least 165,000 GBP. Economic operators not meetingthese minimum levels will be disqualified from the process. Other financial requirements will be set out within the PQQ.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a PQQ consistent with EU Directive 2004/18/EC. For more information about this opportunity please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Lift-maintenance-services./5KNC6839TD.
Minimum Level(s) of standards possibly required:
As stated in the PQQ.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
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: 8
Objective Criteria for choosing the limited number of candidates:
as stated in the pqq
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: tender 30
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/10/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/11/2014
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 Authority reserves the right not to award a contract or to award a contract for part or parts of the programme advertised pursuant to this Notice. Applicants are permitted to bid for both Lots but cannot be awarded more than one lot each. The Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfers of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent contractor[s] under this procurement. The Authority's detailed requirements will be set out in the tender documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Lift-maintenance-services./5KNC6839TD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5KNC6839TD
GO-201492-PRO-5971569 TKR-201492-PRO-5971568
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court of England and Wales
The Strand, London, WC2A 2LL, United Kingdom
Body responsible for mediation procedures:
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (Information about Contract Award Procedures), Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 02/09/2014
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Ridge and Partners LLP
Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
Tel. +44 1189323088, Email: ojeu@ridge.co.uk, URL: www.ridge.co.uk
Attn: Mr Dave Tobin
II) Addresses and contact points from which specifications and additional documents can be obtained:
Ridge and Partners LLP
Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
Tel. +44 1189323088, Email: ojeu@ridge.co.uk
Attn: Mr Dave Tobin
III) Addresses and contact points to which tenders/requests to participate must be sent:
Ridge and Partners LLP
Beaumont House, 59 High Street, Theale, Reading, RG7 5AL, United Kingdom
Tel. +44 1189323088, Email: ojeu@ridge.co.uk
Attn: Mr Dave Tobin
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Lift-maintenance services.
I.1)Name, Addresses and Contact Point(s):
Homes for Haringey Ltd
9th Floor, Alexandra House, 10 Station Road, London, N22 7TR, United Kingdom
Tel. +44 2084891297, Email: procurement@homesforharingey.org, URL: http://www.homesforharingey.org, URL: http://homesforharingey.g2b.info/
Attn: Denislava Ivanova - Head of Procurement
Electronic Access URL: http://delta-esourcing.com/respond/5KNC6839TD
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
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: Passenger Lift Planned Preventative and Responsive Maintenance
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 1
Region Codes: UKI12 - Inner London - East
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Lift-maintenance services. Repair and maintenance services. Lifts. Homes for Haringey Limited (the “Authority”) is an arms-length management organisation, wholly owned by the London Borough of Haringey and manages more than 21,000 tenanted and leasehold council owned properties. The Contract for the provision of a programme of planned preventative and responsive maintenance services of passenger lifts in its residential and communal properties. Newer lifts in some properties will incorporate auto diallers and remote monitoring equipment. The Form of Contract is the JCT 2011 Measured Term Contract with bespoke amendments.
II.1.5)Common procurement vocabulary:
50750000 - Lift-maintenance services.
50000000 - Repair and maintenance services.
42416100 - Lifts.
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)
Value: 752,000
Currency: GBP
Excluding VAT: Yes
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 - 40
Quality - Service Delivery Proposals - 30
Quality - Management Proposals - 27
Quality - Social, Economic and Sustainability Objectives - 3
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: Tender 30
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 169 - 300589 of 04/09/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 1
Lot Number: 1
Title: Area North
V.1)Date Of Contract Award: 03/03/2015
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Jackson Lift Services
Postal address: Units 3/19, Ropery Business Park, Anchor and Hope Lane
Town: London
Postal code: SE7 7RX
Country: United Kingdom
Telephone: +44 2082934176
Fax: +44 2083050274
Internet address: www.jacksonlifts.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 385,000
Currency: GBP
Total final value of the contract
Value: 395,000
Currency: GBP
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: 2
Lot Number: 2
Title: Area South
V.1)Date Of Contract Award: 03/03/2015
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Rubax Lifts Limited
Postal address: Wilson House, Cinnamon Park, Fearnhead
Town: Warrington
Postal code: WA2 0XP
Country: United Kingdom
Telephone: +44 1695558800
Fax: +44 1695735235
Internet address: www.rubax.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 350,000
Currency: GBP
Total final value of the contract
Value: 357,000
Currency: GBP
If annual or monthly value:
Number of years: 7
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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 Homes for Haringey Ltd which has responsibility for day-to-day management and control of the London Borough of Haringey's housing stock.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 1988. The requirements under these 2 UK Acts have been considered and reflected in the Contracting Authority's tender evaluation criteria and weightings.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=134548651
GO-201534-PRO-6413290 TKR-201534-PRO-6413289
VI.3.1)Body responsible for appeal procedures:
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
Body responsible for mediation procedures:
High Court of England and Wales
Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
VI.3.2)Lodging of appeals: In accordance with Regulation 32 (Information about Contract Award Procedures), Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 04/03/2015