By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

External Refurbishment Programme 2017/21.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

London and Quadrant Housing Trust
One Kings Hall Mews, Lewisham
Contact point(s): Procurement Team
SE13 5JQ London
United Kingdom
Telephone: +44 3004569998
E-mail:

Internet address(es):

General address of the contracting authority: http://www.lqgroup.org.uk

Address of the buyer profile: https://in-tendhost.co.uk/lqgroup

Further information can be obtained from: London and Quadrant Housing Trust
Contact point(s): Procurement Team
For the attention of: Procurement
United Kingdom
E-mail:
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London and Quadrant Housing Trust
United Kingdom
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home

Tenders or requests to participate must be sent to: London and Quadrant Housing Trust
United Kingdom
Internet address: https://in-tendhost.co.uk/lqgroup/aspx/Home

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
External Refurbishment Programme 2017/21.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution

NUTS code UKI,UKJ

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
This ITT is for the External Refurbishment Programme 2017-2021 (running to 31 March 2021) on a programmed basis in both occupied and void properties.
The anticipated works include:
- the repair and/or replacement of external components including inter alia roofs, chimneys, fascias, soffits, rainwater goods, walls, windows, doors;
- cyclical decoration;
- arranging asbestos removal works to be carried out by Contractor's Licenced Asbestos Removal Contractor;
- associated building works; and
- instructing/managing of Contractor's appointed UKAS Asbestos Survey Consultant.
II.1.6)Common procurement vocabulary (CPV)

45453000, 45211340, 45211100, 45453100

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 all 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:
4 Lots
Lot 1 - T/11395 - Cray
Lot 2 - T/11396 - Garratt
Lot 3 - T/11397 - Slough
Lot 4 - T/11398 - Stratford.
II.2.2)Information about options
Options: yes
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
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: Cray
1)Short description
The anticipated works include:
- the repair and/or replacement of external components including inter alia roofs, chimneys, fascias, soffits, rainwater goods, walls, windows, doors;
- cyclical decoration;
- arranging asbestos removal works to be carried out by Contractor's Licenced Asbestos Removal Contractor;
- associated building works; and
- instructing/managing of Contractor's appointed UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)

45453000, 45211100, 45453100, 45211000

3)Quantity or scope
Ashford, Bexley, Bromley, Dartford,
Gravesham, Greenwich, Lewisham, Maidstone,
Medway, Shepway, Thanet.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Garratt
1)Short description
The anticipated works include:
- the repair and/or replacement of external components including inter alia roofs, chimneys, fascias, soffits, rainwater goods, walls, windows, doors;
- cyclical decoration;
- arranging asbestos removal works to be carried out by Contractor's Licenced Asbestos Removal Contractor;
- associated building works; and
- instructing/managing of Contractor's appointed UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)

45453000, 45211100, 45453100, 45211000

3)Quantity or scope
Southwark, Brighton & Hove, Crawley, Croydon, Elmbridge,
Epsom and Ewell, Guildford, Horsham, Kingston upon Thames, Lambeth, Merton, Mid Sussex, Mole Valley, Reigate and Banstead, Richmond upon Thames, Sevenoaks, Tunbridge Wells,
Southwark, Sutton, Tandridge, Tonbridge & Malling,
Wandsworth, Waverley and Woking.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Slough
1)Short description
The anticipated works include:
- the repair and/or replacement of external components including inter alia roofs, chimneys, fascias, soffits, rainwater goods, walls, windows, doors;
- cyclical decoration;
- arranging asbestos removal works to be carried out by Contractor's Licenced Asbestos Removal Contractor;
- associated building works; and
- instructing/managing of Contractor's appointed UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)

45453000, 45211100, 45453100, 45211000

3)Quantity or scope
Basingstoke & Deane, Bracknell Forest, Brent,
Cherwell, Chiltern, Ealing, East Hampshire, Harrow, Hart, Hillingdon, Hounslow, Reading, , Runnymede, Rushmoor, Slough, South Bucks, South Northamptonshire, South Oxfordshire, Spelthorne, Surrey Heath, Test Valley, Three Rivers, Vale of White Horse, Watford, West Berkshire, Wiltshire, Windsor & Maidenhead, Wokingham and Wycombe,
East Hampshire.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Stratford
1)Short description
The anticipated works include:
- the repair and/or replacement of external components including inter alia roofs, chimneys, fascias, soffits, rainwater goods, walls, windows, doors;
- cyclical decoration;
- arranging asbestos removal works to be carried out by Contractor's Licenced Asbestos Removal Contractor;
- associated building works; and
- instructing/managing of Contractor's appointed UKAS Asbestos Survey Consultant.
2)Common procurement vocabulary (CPV)

45453000, 45211100, 45453100, 45211000

3)Quantity or scope
Barking & Dagenham, Barnet, Hammersmith & Fulham, Redbridge
Westminster. Welwyn & Hatfield Waltham Forest,
Tower Hamlets, Uttlesford, Southend-on-Sea, Tendring,
Rochford, Newham, Redbridge, Malden, Islington,
Kensington & Chelsea, Havering, Hertsmere, Ipswich, Haringey,
Enfield, Epping Forest, Hackney, Hammersmith & Fulham,
Basildon, Brentford, Camden, Castlepoint.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in the Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the Tender Documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in the Tender Documents.
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: As stated in the Tender Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the Tender Documents.
Minimum level(s) of standards possibly required: As stated in the Tender Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the Tender Documents.
Minimum level(s) of standards possibly required:
As stated in the Tender Documents.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
PLP00000015
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 223-405525 of 18.11.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 31.10.2016 - 11:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.10.2016 - 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
in days: 140 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 48 months from Contract Award.
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2 2LL London
United Kingdom
Telephone: +44 2079477771
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Royal Courts of Justice
The Strand
WC2 2LL London
United Kingdom
Telephone: +44 2079477771
Internet address: https://www.justice.gov.uk/courts/rcj-rolls-building/rcj

VI.5)Date of dispatch of this notice:
19.9.2016

Other interesting websites