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,
— 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,
— conversions/extensions/adaptations of dwellings,
— energy efficiency works,
— asbestos surveys and removal works to internal and external aspects of Homes for Haringey Properties,
— new build.
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 applicants 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 first such contracts awarded on commencement of the framework. Subsequently, the Authority anticipates making two further contract awards around the second anniversary of the framework and prior to expiry. Accordingly, the final two year call-off contract will last beyond the expiry of the framework agreement itself. At this stage, the Authority anticipates call off contracts pursuant to mini-competitions or by direct award in each case provided for in the framework agreement.
Further details will be set out in the Tender Documents.