Building Works Tower Hamlets – Capital Programme
Capital Programme – Planned renewal overhaul and upgrades to lifts, CCTV/Door entry/aerials, communal and other heating/water services and other related works.
United Kingdom-London: Construction work
2013/S 229-397197
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
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
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
NUTS code UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
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 (CPV)
45000000, 45312000, 45313000, 45350000
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
Tenders may 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 GBP 7 500 000 – GBP 9 000 000 per annum, making a total estimated scope .
Lot 1 – Lifts and related builder’s work. The estimated annual value is GBP 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 GBP 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 GBP 2 500 000 for which no throughout guarantee is given,
Estimated value excluding VAT:
Range: between 37 500 000 and 50 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The term of each lot will be 5 years, subject to satisfactory performance.
II.2.3)Information about renewals
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 Lot 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 (CPV)
3)Quantity or scope
The estimates annual value is up to GBP 4 000 000 for the Lot, per annum, for which no throughput guarantee is given.
Estimated value excluding VAT:
Range: between 1 and 4 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
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 Lot 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 (CPV)
3)Quantity or scope
The estimates annual value is up to GBP 3 000 000 for which no throughput guarantee is given.
Estimated value excluding VAT:
Range: between 1 and 3 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
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 Lot 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 (CPV)
3)Quantity or scope
The estimates annual value is up to GBP 3 000 000 for which no throughput guarantee is given.
Estimated value excluding VAT:
Range: between 1 and 3 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 60 (from the award of the contract)
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
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
Information and formalities necessary for evaluating if the requirements are met: 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 ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre Qualification Questionnaire
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Pre Qualification Questionnaire
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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.1.3)Reduction of the number of operators during the negotiation or dialogue
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
IV.3.4)Time limit for receipt of tenders or requests to participate
6.1.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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 GBP 37,5 – GBP 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 Reference: GO-20131122-PRO-5286081
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
London Borough of Tower Hamlets
Mulberry Place
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831
Body responsible for mediation procedures
London Borough of Tower Hamlets
Mulberry Place
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging 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
E14 2BG London
UNITED KINGDOM
Telephone: +44 2073644831
VI.5)Date of dispatch of this notice:22.11.2013