1617-0020 Void Property Repairs and Refurbishment works
Main contract details
Islington Council is seeking to appoint three (3) contractors to the framework agreement. Contracts based on the framework agreement shall follow the terms of the framework agreement including how a contract is concluded. How a contract is concluded is explained within the invitation to tender documentation
Islington Council invites suitable expressions of interest from experienced multi-trade general building contractors to undertake repairs and refurbishment works to its housing void properties in support of the Council’s in-house teams.
The service aims to demonstrate a positive impact on the health and well-being of our residents by maintaining properties which are safe and fit for purpose.
Current status
Islington has a diverse community and our housing stock reflects this diversity. Islington has a housing stock of approximately 28,800 properties of which approximately 7,500 are leaseholder/ Tenant Managed Organisations/Co-ops.
The Council’s in-house team requires support from external multi-trade general building contractors with skilled building tradespeople to deliver a first class Housing Void Properties Repairs and Refurbishment service to its residents.
There are three area housing offices:
Upper Street area housing office (central area of the borough)
Wards: Canonbury. Finsbury Park, Highbury East. Highbury West. Mildmay, Barnsbury, Caledonian, Holloway, St. Mary’s
Holland Walk area housing office (north area of the borough)
Wards: Hillrise, Junction, St. George’s, Tollington
St John Street area housing office (south area of the borough)
Wards: Bunhill, Clerkenwell St. Peter’s
Lots
This contract is not being divided into lots. The three (3) successful bidders (Contractors) with the highest combined score for quality and costs will be appointed to the framework agreement. The three (3) contractors will each be allocated to one area (a primary area). Each contractor will also become the standby contractor (secondary and tertiary) for each of the other areas.
The basis for area allocation will be:
The supplier who submits the highest scoring tender will be the primary supplier for the central area.
The supplier who submits the second highest scoring tender will be the primary supplier for the south area.
The supplier who submits the third highest scoring tender will be the primary supplier for the north area.
The requirement
The aim is to support the in-house teams in providing an efficient and effective housing void property repairs and refurbishment service to our residents and ensure the Council’s housing stock is maintained in good order of repair.
This will include repairs, improvements, and minor adaptations. Examples of work which may be carried out under the proposed agreements include but not limited to:
• Plumbing, sanitary, drainage
• Concrete and brickwork repairs
• Fencing repairs
• Repairing, maintaining and decorating internal areas
• Structural repairs
• Repairing/replacing timber joists
• Electrical installations and testing
• Repairing and installing doors and windows and related components
• Repairing concrete screeds and concrete floors
• Overhaul and refurbishment work
• Asbestos
• Gas
TUPE [Transfer of Undertakings (Protection of Employment) Regulations]
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender (ITT).
Contract Period
The contract period will be for twenty four (24) months from estimated start date 1 July 2017 with an option to extend for up to twenty four (24) months (total contract duration a maximum of forty eight (48) months).
Any extension will be subject to satisfactory performance and future support requirements. Performance will be reviewed annually and confirmed with the contractor in writing.
Contract Value
The estimated overall total value of this contract is £18m for all three (3) appointed contractors over the maximum forty eight (48) months term of the contract. This is based on £4.5m per annum. There are no guaranteed volumes of work as this is based on demand.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is 70% cost and 30% quality. Further details will be provided in the ITT.
Cost 70%
Costs (70%) shall be assessed on plus or minus adjustment to a Schedule of Rates. Full details will be available in the ITT documents
Quality 30%, made up of:
Proposed approach to service delivery (5%)
Proposed approach to quality management (5%)
Proposed approach to partnership working (5%)
Proposed approach to social value (5%)
Proposed approach to health and safety (10%)
Total 100%
Tenderers should be aware that we reserve the right to hold site visits and/or presentations and/or interviews during the tender process. Site visits and/or presentations and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
Procurement Process
This contract is over the Official Journal of the European Union (OJEU) threshold. The contract will be procured using the Restricted Procedure. The Restricted Procedure means the procurement process will be conducted in two stages.
The first stage will involve selecting a maximum of the twelve (12) highest-scoring organisations through a pre-qualification questionnaire (PQQ). All submissions will be subject to minimum requirements as stated in the PQQ.
The second stage will be an evaluation of tenders submitted by bidders who are selected at the PQQ stage.
Please see the attached advertisement for full details (Advert 1617-0020)
Key dates
Expression of interest window
From 29/09/2016 12:00 to 31/10/2016 11:59
New to ProContract?
If you are not currently registered on the ProContract procurement portal, you can complete a simple registration process by clicking the following link - Register free