Haringey Council: Framework Agreement for the Provision of Adaptation Works to Properties where Residents have Disabilities.

  Haringey Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework Agreement for the Provision of Adaptation Works to Properties where Residents have Disabilities.
Notice type: Contract Notice
Authority: Haringey Council
Nature of contract: Works
Procedure: Open
Short Description: Haringey Council is inviting tender responses from suitably qualified and experienced Contractors for a Framework Agreement for the Provision of Adaptation Works to Properties where Residents have Disabilities. The Framework Agreement shall be open to the London Borough of Haringey and Homes for Haringey Ltd.
Published: 09/03/2017 16:28
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Haringey
             Strategic Procurement, Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
             Tel. +44 2084893918, Email: cputenders@haringey.gov.uk
             Contact: Steve Clarke
             Main Address: www.haringey.gov.uk, Address of the buyer profile: www.haringey.gov.uk
             NUTS Code: UKI2
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./K53D5P5Y94
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Framework Agreement for the Provision of Adaptation Works to Properties where Residents have Disabilities.       
      Reference Number: 2434345654
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Haringey Council is inviting tender responses from suitably qualified and experienced Contractors for a Framework Agreement for the Provision of Adaptation Works to Properties where Residents have Disabilities.

The Framework Agreement shall be open to the London Borough of Haringey and Homes for Haringey Ltd.       
      II.1.5) Estimated total value:
      Value excluding VAT: 12,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45211310 - Bathrooms construction work.
      45421151 - Installation of fitted kitchens.
      45313100 - Lift installation work.
      33196100 - Devices for the elderly.
      33196200 - Devices for the disabled.
      45100000 - Site preparation work.
      45200000 - Works for complete or part construction and civil engineering work.
      45300000 - Building installation work.
      45262600 - Miscellaneous special-trade construction work.
      
      II.2.3) Place of performance:
      UKI2 Outer London
      
      II.2.4) Description of procurement: The type of works which may be let under this disabled adaptations works Framework Agreement will include but not limited to the following:-

•Lift installations including ceiling track hoists, through floor lifts, stair lift, platform lifts and step lifts
•Shower/wet room installations including level access showers, over bath showers and clos-o-mat toilets, shower cubicles
•Wheelchair access within the property
•Wheelchair accessible ramps
•Kitchen adaptations
•Specialist kitchens for wheelchair users
•External adaptations including alterations to steps and installation of rails
•Door entry systems
•Rails external and internal
•Extensions to domestic houses
•Specialist equipment deemed a requirement for the user

Works covered by the Disabled Facilities Grant including new extensions and/or adaptations to existing buildings. The end user has the right to privately tender this work even after the contractor has provided a quotation/works order which complies with the Framework agreement.

Works will be carried out for both public and private sector clients.

The Council will also require enhanced extended warranties for aspects of this work.
Should the Framework Agreement be awarded to more than one Supplier, the Council intend to choose a capable Supplier with whom to place an Order in one of the following ways:
•by choosing the Supplier who demonstrably offers best value for money for its requirement when judged against the criteria of: speed of available response, (including, without limitation, capacity to meet required deadlines and, where relevant, geographical location); quality (including as appropriate: capability, expertise, past performance, availability of resources and proposed methods of undertaking the work); and price;
•by operating a rota system between capable Suppliers; or
•by consulting in writing all the capable Suppliers and inviting them within a specified time limit, to submit a tender in writing for each specific contract.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      JCT Framework Agreement 2011 adapted for Public Sector use. JCT Minor Works 2016 or JCT Minor Works with Contractor's Design 2016 may be used in any subsequent call off contract.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/04/2017 Time: 13:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/04/2017
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: A full copy of the procurement documentation for this Procurement will be available for unrestricted and full direct access, free of charge via the Authority's website from the date of publication of the Contract Notice.

The Contracting Authority expressly reserves the right:

(i) to award the Framework Agreement to up to 3 Suppliers;
(ii) not to award any Framework Agreement as a result of the procurement process commenced by publication of this notice; and
(iii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the Potential Provider.

This Framework Agreement will be for an Initial Period of two (2) years, with the option to extend for up to two (2) further period of twelve (12) consecutive months at the Authority's discretion.

The value provided in Section 11.1.5) is only an estimate. We cannot guarantee any business through the Framework Agreement.

Tenderers will need to register on this site to submit their Tender Response. If already registered, Tenderers do not need to register again and may simply use their existing usernames and passwords.

As a user you will have access to the email messaging service which facilitates all messages sent to you and from you in relation to this tendering opportunity.

Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./K53D5P5Y94

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K53D5P5Y94
   VI.4) Procedures for review
   VI.4.1) Review body:
             Haringey Council
       Strategic Procurement, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
       Tel. +44 2084890000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with the Public Contracts Regulations 2015 a standstill period of a minimum of 10 calendar days will be applied starting from the date when the award decision is dispatched to Bidders. This period allows unsuccessful Bidders to consider the decision and highlight any errors in the award process. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought generally within 30 days from the date of notification of the award decision.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/03/2017

Annex A


View any Notice Addenda

View Award Notice