Construction work | Tenderlake

Construction work

Contract Value:
GBP 240M - 240M
Notice Type:
Contract Notice
Published Date:
26 April 2013
Closing Date:
23 May 2013
Location(s):
UKI2 Outer London (UK UNITED KINGDOM)
Description:

Construction work. Refurbishment work. Roof works and other special trade construction works. Asbestos-removal work. Construction work for houses. Electrical installation work. Lift installation work. Mechanical installations. Preventive maintenance services. Sheltered housing construction work. Repair and maintenance services of building installations. Roof repair and maintenance work. Miscellaneous repair and maintenance services. Plumbing and sanitary works. Installation of fitted kitchens. The London Borough of Haringey intends to establish a framework agreement for the delivery of the capital programme which includes but is not limited to the following programme for the Council existing housing stock (21 000 dwellings of which 4 500 have been sold as leasehold properties).

The capital programme is expected to include (but not limited to):

- Decent Homes (DHs) which includes the replacement or renewal of the building components

- Planned Preventative Maintenance (PPM) works which includes cyclical external and internal communal decoration works and pre decoration repairs to block dwellings and street properties.

The following works could be included with or separate to the above work (list not limited to):

- Electrical Works

- Mechanical Works

- Lift Replacement

- Structural Repairs which includes surveying, monitoring and structural repairs and underpinning to dwellings.

- Major Void Works which includes the refurbishment of empty properties to bring them up to current day standards.

- Environmental Improvements which includes Estate Improvement Works

- Conversions/Extensions/Adaptations of dwellings

- Energy Efficiency works

- Asbestos surveys and removal works to internal and external aspects of Haringey properties

- Any improvements, reinstatement or associated works.

The Authority is seeking expressions of interest from applicants experienced in carrying out high quality capital works for public bodies, including works in occupied properties.

The Authority anticipates that individual projects may be awarded using a 'management contracting' type approach whereby the applicant is responsible for the integration and programming of the specialists involved.

Alternatively, the Authority is also keen to explore the benefits and costs of a traditional main contractor approach, where the applicant is responsible for the performance of the specialists appointed under a traditional sub-contract arrangement.

The authority anticipates that individual projects may be awarded to the successful applicants based on an approach where they will be expected to work with a number of established supply chain members through the Supply Chain Management Group.

http://www.supplychainmanagementgroup.org/

Therefore, bidders will be invited to submit proposals and prices based on both approaches. This will be detailed in the tender documents.

It is expected that the delivery contract for each option will be based on an amended form of the PPC2000 (2008) Project Partnering Contract.

The Authority intends to award call-off contracts for two year programmes of work. The initial call offs for the first two years programme (call off 1) will be let on the commencement of the framework to the two contractors providing the Most Economically Advantageous Tenders (MEAT).

Subsequently, the Authority anticipates making two further call off programme awards for two years each around the second anniversary of the framework (call off 2) and prior to expiry (call off 3). Accordingly, the final two years call-offs will last beyond the expiry of the framework agreement itself. In addition, the Authority maintains its discretion to award further ad-hoc packages of work as and when required.

The Authority anticipates the subsequent call-off contracts for the award of second and third programme awards and for any other ad hoc packages of work within the scope of the Framework Agreement shall be let by using mini-competitions in accordance with the Framework Agreement or by direct award.

The framework agreements and other contract documents will maximise the Authority's flexibility to award packages of work as required. In particular, the Authority anticipates that the documents may facilitate the appointment of reserve contractors in respect of each two-year programme of works. In those circumstances, Haringey will reserve the right to award packages of works to the reserve contractors in the event that the appointed contractor fails to perform.

Download full details as .pdf
The Buyer:
The Mayor and Burgesses of the London Borough of Haringey
CPV Code(s):
45000000 - Construction work
45211100 - Construction work for houses
45211200 - Sheltered housing construction work
45260000 - Roof works and other special trade construction works
45261900 - Roof repair and maintenance work
45262660 - Asbestos-removal work
45310000 - Electrical installation work
45313100 - Lift installation work
45330000 - Plumbing and sanitary works
45350000 - Mechanical installations
45421151 - Installation of fitted kitchens
45453100 - Refurbishment work
50324200 - Preventive maintenance services
50700000 - Repair and maintenance services of building installations
50800000 - Miscellaneous repair and maintenance services