Window and Door Replacement Programme London
Design, supply and installation of Windows and Doors on a programmed basis in both occupied and void properties.
United Kingdom-London: Installation of doors and windows and related components
2016/S 166-299174
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London and Quadrant Housing Trust
One Kings Hall Mews, Lewisham
Contact point(s): Procurement Team
For the attention of: Phyllis Earl
SE13 5JQ London
United Kingdom
Telephone: +44 8444069000
E-mail: procurement@lqgroup.org.uk
Internet address(es):
General address of the contracting authority: http://www.lqgroup.org.uk
Address of the buyer profile: https://in-tendhost.co.uk/lqgroup
Further information can be obtained from: London and Quadrant Housing Trust
Contact point(s): Procurement Team
United Kingdom
E-mail: procurement@lqgroup.org.uk
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:London and Quadrant Housing Trust
Contact point(s): Procurement Team
United Kingdom
E-mail: procurement@lqgroup.org.uk
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home
Tenders or requests to participate must be sent to: London and Quadrant Housing Trust
Contact point(s): Procurement Team
United Kingdom
E-mail: procurement@lqgroup.org.uk
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
NUTS code UKI,UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The anticipated works include:
— The repair and replacement of windows and doors;
— Arranging asbestos removal works to be carried out by the appointed Contractor’s Licensed Removal Asbestos Contractor.
— Associated building works; and
— Instructing/managing of Contractor’s UKAS Asbestos Survey Consultant.
The selected Contractors will work with the Employer, Contract Administrator and Principal Designer to identify and mitigate the risks associated with delivering the Programme. Risks will be identified and a mitigation strategy agreed with each Contractor at a workshop to be held during the mobilisation period.
The majority of the properties which are the subject of this ITT are in the Greater London area bounded by the M25 motorway.
II.1.6)Common procurement vocabulary (CPV)
45421100, 45421130, 44221200, 45421132, 45421131, 44221100, 44221000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: South Area
1)Short description
— The repair and replacement of windows and doors;
— Arranging asbestos removal works to be carried out by the appointed Contractor’s Licensed Removal Asbestos Contractor.
— Associated building works; and
— Instructing/managing of Contractor’s UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)
45421100, 45421130, 44221200, 45421132, 45421131, 44221100, 44221000
3)Quantity or scope
Ashford, Bexley, Bromley, Dartford, Gravesham, Greenwich, Lewisham, Maidstone, Medway, Shepway, Southwark, Thanet and Tunbridge Wells, Brighton and Hove, Crawley, Croydon, East Hampshire, Elmbridge, Epsom and Ewell, Guildford, Horsham, Kingston upon Thames, Lambeth, Merton, Mid Sussex, Mole Valley, Reigate and Banstead, Richmond upon Thames, Sevenoaks, Southwark, Sutton, Tandridge, Tonbridge and Malling, Wandsworth, Waverley and Woking.
5)Additional information about lots
Lot No: 2 Lot title: North Area
1)Short description
— The repair and replacement of windows and doors;
— Arranging asbestos removal works to be carried out by the appointed Contractor’s Licensed Removal Asbestos Contractor.
— Associated building works; and
— Instructing/managing of Contractor’s UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)
45421100, 45421130, 44221200, 45421132, 45421131, 44221100, 44221000
3)Quantity or scope
Basingstoke and Deane, Bracknell Forest, Brent,
Cherwell, Chiltern, Ealing, East Hampshire, Hammersmith and Fulham, Harrow, Hart, Hillingdon, Hounslow, Reading, Redbridge, Runnymede, Rushmoor, Slough, South Bucks, South Northamptonshire, South Oxfordshire, Spelthorne, Surrey Heath, Test Valley, Three Rivers, Vale of White Horse, Watford, West Berkshire, Westminster, Wiltshire, Windsor and Maidenhead, Wokingham and Wycombe, Barking and Dagenham, Barnet, Basildon, Brentford, Camden, Castlepoint, Enfield, Epping Forest, Hackney, Hammersmith and Fulham, Haringey, Havering, Hertsmere, Ipswich, Islington, Kensington and Chelsea, Malden, Newham, Redbridge, Rochford, Southend-on-Sea, Tendring, Tower Hamlets, Uttlesford, Waltham Forest, Welwyn and Hatfield and Westminster.
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated in the Tender Documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the Tender Documents.
III.2.3)Technical capacity
As stated in the Tender Documents.
Minimum level(s) of standards possibly required:
As stated in the Tender Documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 223-405525 of 18.11.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Place:
N/A
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: August 2020.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079477771
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079477771
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj
VI.5)Date of dispatch of this notice:
Related Posts
Energy Efficiency Works in Wales
Replacement Glazing Services Worcestershire
East Renfrewshire Council Glazing Works Contract
East Renfrewshire Council UPVC Windows Tender