UK-London: construction work

Sourced by: http://www.theconstructionindex.co.uk

Directive 2004/18/EC

Section I: Contracting authority

 

I.1) Name, addresses and contact point(s)

 

For the attention of: Telephone: E-mail: London Borough of Tower Hamlets Mulberry Place Gohar Lecordier E14 2BG London UNITED KINGDOM +44 2073644795 procurement@towerhamlets.gov.uk Internet address(es): General address of the contracting authority: www.towerhamlets.gov.uk/data/business/dat/council-business/index.cfm Address of the buyer profile: www.towerhamlets.gov.uk Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Internet address: London Tenders portal London UNITED KINGDOM www.londontenders.org/procontract/supplier.nsf/frm_home?openForm Tenders or requests to participate must be sent to: Internet address: London Tenders portal London UNITED KINGDOM www.londontenders.org/procontract/supplier.nsf/frm_home?openForm

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: yes

Section II: Object of the contract

 

II.1) Description

 

II.1.1) Title attributed to the contract by the contracting authority:

 

R3209. Framework for construction works & services.

II.1.2) Type of contract and location of works, place of delivery or of performance

 

Works Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer NUTS code UKI LONDON

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

 

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

 

Framework agreement with several operators Duration of the framework agreement Duration in years: 4 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 1 and 200 000 000 GBP Frequency and value of the contracts to be awarded: Various.

II.1.5) Short description of the contract or purchase(s)

 

Construction work. Burglar and fire alarms. Shutters. Demolition work. Building construction work. Asbestos-removal work. Lightning-protection works. Metalworking. Closed circuit television services. Services related to water pollution. Asbestos removal services. Repair and maintenance services of mechanical building installations. Installation services of mechanical equipment. Repair and maintenance services of electrical and mechanical building installations. Installation services of electrical and mechanical equipment. Security services. Water-treatment work. Lifts. to provide a specialist construction related works service as detailed in each particular lots brief, as appointed following the described selection process.

II.1.6) Common procurement vocabulary (CPV)

 

45000000 Construction work 31625000 Burglar and fire alarms 44221400 Shutters 45111100 Demolition work 45210000 Building construction work 45262660 Asbestos-removal work 45312310 Lightning-protection works 45262670 Metalworking 92222000 Closed circuit television services 90733000 Services related to water pollution 90650000 Asbestos removal services 50712000 Repair and maintenance services of mechanical building installations 51120000 Installation services of mechanical equipment 50710000 Repair and maintenance services of electrical and mechanical building installations 51100000 Installation services of electrical and mechanical equipment 79710000 Security services 45232430 Water-treatment work 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 Tenders may 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:

 

The amount of work to be placed under this framework will depend on the individual budgets and requirements of each authority specified in this notice, with no guarantee of a minimum value or indeed any orders being placed with any of the selected suppliers. Equally, each authority specified in this notice reserves the right to carry out an independent procurement for similar works or services where there are either clear requirements by funders to do so, or a specific specialist may be sought directly for the projects benefits. Although it is the intention of London Borough of Tower Hamlets and its associated bodies, to utilise this framework to its maximum benefit, it is not intended for it to be an exclusive agreement and must continue to demonstrate suitability and best value. Estimated value excluding VAT: Range: between 1 and 200 000 000 GBP

II.2.2) Information about options

 

Options: no

II.2.3) Information about renewals

 

II.3) Duration of the contract or time limit for completion

 

Duration in months: 48 (from the award of the contract)

Information about lots

 

Lot No: 1 Lot title:Lot1 – general build

1) Short description

 

This lot is for works that cover multiple disciplines in various proportions and so require multi skilled staff and/ or subcontract management. There are 4 bands to this lot and the level of subcontracting permitted increases as the values increase. Suppliers will need to demonstrate multiple accreditations and experience across their direct labour, along with a good knowledge of the area and our diverse community as well as an ability to react quickly to work orders in the lower bands.

2) Common procurement vocabulary (CPV)

 

45210000 Building construction work

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Intermediate contracts 250 000 GBP to 1 000 000 GBP – turnover in excess of 5 000 000 GBP. Intermediate contracts 1 000 000 GBP to 5 000 000 GBP – turnover in excess of 10 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 144 000 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lot 1, for the lower 2 bands, suppliers must be able to complete at least 50 % of all the contracted works/ services with direct labour. Detail of what elements will be sublet must be approved as part of the tender process. For lot 1, for the higher 2 bands, there is no restriction on percentage to be sublet; however, all supplier lists must be agreed with the authority specified in this notice prior to inviting subcontractors to bid. Lot No: 2Lottitle: Mechanical

1) Short description

 

Suppliers must be able to carry out all types of mechanical works inc testing/ inspections, general plumbing, domestic heating, commercial heating and air handling systems of a repair, install or replacement nature. All appropriate accreditations and qualifications must be held by the company and the individuals who carry out the works. There are two bands, either reactive below 50 000 GBP or minor works up to 250 000 GBP.

2) Common procurement vocabulary (CPV)

 

50712000 Repair and maintenance services of mechanical building installations 51120000 Installation services of mechanical equipment

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 16 000 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 3Lottitle: Electrical

1) Short description

 

Suppliers must be able to carry out testing, repairs, installs or replacements of all type of electrical work in commercial and domestic properties and hold all the appropriate qualifications and accreditations as a company and at individual level. There are 2 bands, reactive works up to 50 000 GBP and minor works up to 250 000 GBP. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP.

2) Common procurement vocabulary (CPV)

 

50710000 Repair and maintenance services of electrical and mechanical building installations 51100000 Installation services of electrical and mechanical equipment

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 12 000 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 4Lottitle: Metal work

1) Short description

 

This lot is to cover any aspect of metal work including, anything from general repairs to railings or new architectural features as required through out the borough. There are two bands, reactive up to 50 000 GBP which will often involve park railings, gates etc. and minor works upto 250 000 GBP for specialist commissions and architectural features.

2) Common procurement vocabulary (CPV)

 

45262670 Metalworking

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 2 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 5Lottitle: CCTV

1) Short description

 

This lot is to cover routine maintenance & testing, repairs and servicing, plus replacements and new systems as required. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

92222000 Closed circuit television services

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 6Lottitle: Alarms

1) Short description

 

This lot is to cover routine maintenance and testing, repairs and servicing, plus replacements and new systems as required. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

31625000 Burglar and fire alarms

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 7Lottitle: Keyholding

1) Short description

 

This lot is to provide a key holding and call out services as required by any council department on an individual building basis. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

79710000 Security services

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 8Lottitle: Shutters

1) Short description

 

This lot is to cover testing, repairs, replacements and new installs of all forms of shutters as required. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

44221400 Shutters

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

Duration in months: (from the award of the contract)

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 9Lottitle: Lightning protection

1) Short description

 

This lot is to cover testing, repairs, replacements and new installs as required. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

45312310 Lightning-protection works

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 10Lottitle: Water testing

1) Short description

 

This lot covers routine monitoring and call out testing as required along with associated remedial. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP.

2) Common procurement vocabulary (CPV)

 

90733000 Services related to water pollution 45232430 Water-treatment work

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP. Estimated value excluding VAT: Range: between 1 and 400 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 11Lottitle: Asbestos survey

1) Short description

 

You are required to be able to deliver this with directly employed staff who are qualified and experienced in completing such surveys so that warranties can be provided. This is to include both site surveys and sample testing. Call off orders up to 100 000 GBP each – turnover in excess of 300 000 GBP.

2) Common procurement vocabulary (CPV)

 

90650000 Asbestos removal services

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Call off orders up to 100 000 GBP each – turnover in excess of 300 000 GBP. Estimated value excluding VAT: Range: between 1 and 1 200 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 12Lottitle: Asbestos removal

1) Short description

 

This lot is to cover all asbestos removal in any building or open spaces as required by the client. You are required to have all appropriate accreditations and only qualified staff are to be used. Correct disposal processes are required along with documented quality and sustainability policies and processes so as to be able to provide certification of clear site at the end of a scheme. Minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP.

2) Common procurement vocabulary (CPV)

 

45262660 Asbestos-removal work

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP. 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

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 13Lottitle: Demolition

1) Short description

 

This lot is designed to cover everything from low value, basic site clearance and waste removal to the demolition of multiple housing/ commercial blocks. It may also include some basic making good or ground works so as to leave a site clear, safe and when required, suitable parameter fencing to enable site security. It is often the case that asbestos removal is required as part of a demolition scheme and where this is to be sublet the council wishes to initiate relationships between suppliers from different lots within this framework, so as to help develop relationships. This lot has a higher estimated maximum order value to ensure all potential schemes can be accommodated by this framework. Minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP.

2) Common procurement vocabulary (CPV)

 

45111100 Demolition work

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 12 000 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. Lot No: 14Lottitle: Lifts (all types, inc hydraulics)

1) Short description

 

This lot is designed to cover all works associated with lifts such as; routine/ periodic inspections and insurance check, planned and reactive maintenance as well as improvement and replacement works as required. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP.

2) Common procurement vocabulary (CPV)

 

42416100 Lifts

3) Quantity or scope

 

The minimum turnover specified for each lot refers to the annual turnover of each business. Reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP. Minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Estimated value excluding VAT: Range: between 1 and 6 000 000 GBP

4) Indication about different date for duration of contract or starting/completion

 

5) Additional information about lots

 

This lot is to cover all types of lifts including hydraulics. Suppliers must be able to carry out works to at least some types of lift through direct labour and may then sublet other lift types i.e. (hydraulics) with prior approval of authority specified in this notice.

Section III: Legal, economic, financial and technical information

 

III.1) Conditions relating to the contract

 

III.1.1) Deposits and guarantees required:

 

None.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

 

None.

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, partnerships, sole traders.

III.1.4) Other particular conditions

 

The performance of the contract is subject to particular conditions: yes Description of particular conditions: Industry accepted qualifications and accreditations required; plus relevant insurance levels and turnover levels.

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: (a) Is bankrupt or is being wound up, where his affairs are being administered by the Court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate; (e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information; (h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Does not have the appropriate memberships and qualifications to demonstrate and support their suitability and competence to carry out the works or service being offered. Must be able to demonstrate a turnover in excess of 3 times the annual estimate for any chosen lot as defined within the PQQ.

III.2.2) Economic and financial ability

 

Information and formalities necessary for evaluating if the requirements are met: — Lot 1 – general build reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP intermediate contracts up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP intermediate contracts 1000,000 GBP to 5 000 000 GBP – turnover in excess of 10 000 000 GBP, — Lot 2 – mechanical reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP, — Lot 3 – electrical reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP, — Lot 4 – metalwork reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP, — Lot 5 – CCTV call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP, — Lot 6 – alarms call off orders up to 50 000 GBP, each – turnover in excess of 150 000 GBP, — Lot 7 – key holding call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP, — Lot 8 – shutters call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP, — Lot 9 – lightning protection call off orders up to 50 000k GBP each – turnover in excess of 150 000 GBP, — Lot 10 – water testing call off orders up to 50 000 GBP each – turnover in excess of 150 000 GBP, — Lot 11 – asbestos surveys call off orders up to 100 000 GBP each – turnover in excess of 300 000 GBP, — Lot 12 – asbestos removal minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP, — Lot 13 – demolition minor works up to 1 000 000 GBP via mini competition – turnover in excess of 5 000 000 GBP, — Lot 14 – lifts reactive orders up to 50 000 GBP – turn over in excess of 300 000 GBP minor works up to 250 000 GBP via mini competition – turnover in excess of 1 000 000 GBP. Minimum level(s) of standards possibly required: Must be able to demonstrate turnover in excess of the above for the past 2 years and have made a profit in at least 2 out of 3 years, including the most recent year. London Borough of Tower Hamlets reserves the right to carry out a financial check (D&B) to confirm financial capability and capacity. A poor credit score will likely disqualify a submission, unless there are exceptional circumstances or an acceptable justification for the poor score. (R3 or R4). This should be submitted with the PQQ in a letter format.

III.2.3) Technical capacity

 

Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with provisions of directive 2004/18/EC and the financial and qualitative points above. The questionnaire is available from the address set out in section 1.1 above and must be returned by the date stipulated in section IV 3.4. Minimum level(s) of standards possibly required: Yes.

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 4: and maximum number 10 Objective criteria for choosing the limited number of candidates: Please note that the envisaged minimum numbers are per band per lot and reflect the intention to select either one or 3 to 6 to each band.

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:

 

R3209

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

 

6.1.2012 – 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 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 is purchasing on behalf of East London Boroughs – Tower Hamlets, Redbridge, Newham, Havering,WalthamForestand all of their associated ALMOs, Housing associations and schools. 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. This Procurement is on behalf of allEast Londonboroughs (as above), their housing divisions or ALMOs and schools. The values listed relate to London Borough of Tower Hamlets’ estimated spend and is to be applied as an estimate to each of the authorities specified in this notice. This framework is not exclusive, nor its it compulsory that the other authorities specified in this notice, always use it. Some services for specific projects may be procured separately should funding or economies dictate such. The turnover requirements have been set against the individual order sizes rather than annual spend as yearly budgets are uncertain – banding has been set at an intermediate level to encourage accessibility from the full market spectrum of suppliers and to promote fair competition for all; suppliers are invited to bid for one or all bands per lot. The authority specified in this notice will be conducting credit checks on suppliers short listed to tender – scores of R3 or R4 will be disqualified unless a satisfactory explanation is provided with the PQQ document. This tender does not support consortia bids. The intention of this framework is to create direct working relationships with specialist suppliers so as to increase communication efficiencies whilst reducing oncost charges and achieving economy of scale. As such: For lots 2 – 13, suppliers must be able to complete all of the specialist discipline works/ services with direct labour. Only supplementary services will be approved for subletting. For lot 1, for the lower 2 bands, suppliers must be able to complete at least 50 % of all the contracted works/ services with direct labour. Detail of what elements will be sublet must be approved as part of the tender process. For lot 1, for the higher 2 bands, there are no restriction on percentage to be sublet; however, all supplier lists must be agreed with the authorities specified in this notice prior to inviting subcontractors to bid. Please note that the envisaged minimum numbers are per band per lot and reflect the intention to select either one or 3 to 6 to each band. It is anticipated that the form of contract terms used under this framework shall be JCT Minor Works, Intermediate Works, Intermediate Works with Contractor’s Design, Standard Building Contract as amended by London Borough of Tower Hamlets and standard terms issued by London Borough of Tower Hamlets in relation to lots 7, 10 and 11 which shall be advised at tender stage. GO reference: GO-20111129-PRO-2775917.

VI.4) Procedures for appeal

 

VI.4.1) Body responsible for appeal procedures

 

Telephone:LondonBorough of Tower Hamlets Mulberry Place E14 2BG London UNITED KINGDOM +44 2073644795 Body responsible for mediation procedures Telephone: London Borough of Tower Hamlets Mulberry Place E14 2BG London UNITED KINGDOM +44 2073644795

VI.4.2) Lodging of appeals

 

Precise information on deadline(s) for lodging appeals: Subject to 10 day standstills.

VI.4.3) Service from which information about the lodging of appeals may be obtained

 

Telephone:LondonBorough of TowerHamlets Mulberry PlaceE14 2BGLondonUNITED KINGDOM +44 2073644795

VI.5) Date of dispatch of this notice:

 

29.11.2011

Comments are closed.

Sites