Tender

General Building Works Housing and associated common areas - Contracts 1 A & B (for Area Surveying Managers)

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2022/S 000-034021

Procurement identifier (OCID): ocds-h6vhtk-0389bf

Published 1 December 2022, 9:44am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

Ms Marta Kolinska

Email

marta.kolinska@hackney.gov.uk

Telephone

+44 2083562483

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/register

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/register

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

General Building Works Housing and associated common areas - Contracts 1 A & B (for Area Surveying Managers)

Reference number

DN637683

two.1.2) Main CPV code

  • 45400000 - Building completion work

two.1.3) Type of contract

Works

two.1.4) Short description

Hackney Council is seeking to appoint 2 experienced contractors to carry out repair works to council dwellings and associated common areas allocated by the Area Surveying Managers (ASMs). The work will cover all internal and external general building works, typically repair works that are more extensive than straightforward responsive (single trade) repairs undertaken by our in-house DLO.

two.1.5) Estimated total value

Value excluding VAT: £48,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

Hackney Council is seeking to appoint 2 experienced contractors to carry out repair works to council dwellings and associated common areas allocated by the Area Surveying Managers (ASMs). The work will cover all internal and external general building works, typically repair works that are more extensive than straightforward responsive (single trade) repairs undertaken by our in-house DLO. The estimated annual value of the two contracts is: Contract 1A: £3.6M, Contract 1B: £2.4M. The contract duration is four years, with the option to extend twice by two years, totaling eight years.

Bidders are further advised that the Council will also be procuring additional General Building Contractors, titled 'Contracts 2A&B' for minor responsive repairs to provide additional capacity and service continuity security for the DLO service. As such, bidders are informed that contractors who are successful in bidding for Contracts 1A&B will not be awarded contracts under Contracts 2A&B, in order to satisfy the provision of service continuity security. For information, the value of Contracts 2A&B is estimated at £399,000 and £266,000 per annum over a maximum three-year period.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £48,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Four years initial contract term with the possibility of two extensions of two years each (4+2+2) – Eight years total if extended.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

This is a Restricted (Two Stage) Tender. Only the organizations which have passed the initial Selection Questionnaire (SQ) stage will be invited to submit a response to the Invitation to Tender (ITT). The Council anticipates that the top 6 highest scoring bidders at the SQ stage will be shortlisted through to the ITT stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

https://www.hackney.gov.uk/tenders


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the Invitation to Tender and associated tender documents

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 January 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 January 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the tender documentation and complete the Selection Questionnaire (SQ) at Stage 1, and respond to the Invitation to Tender (ITT) at Stage 2. To register as a supplier on ProContract please visit London's Tenders Portal at:https://www.londontenders.org/ and click on the 'Suppliers' Area' link to the left. On the right-hand side, you will see a green 'register' icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom