Dynamic Purchasing System for Public Realm — Minor Works and Services Published by Tenders Electronic Daily

Dynamic Purchasing System for Public Realm — Minor Works and Services

Application deadline

22.10.2028, 00:00 hour

Procedure

Restricted procedure

Order type

Provision of services.

Main CPV code
  • Repair and maintenance services
    50000000-5
Language

English

Contracting authority / owner

Islington Council
Islington Town Hall, Upper Street
N1 2UD London

E-Mail: supplychains@useadam.co.uk
Website: http://www.islington.gov.uk/

assignment

Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services for asset and facilities managers in environment and regeneration and other parts of the Council to ensure that key sites, buildings and equipment are maintained to a high standard.
Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services for asset and facilities managers in environment and regeneration and other parts of the Council to ensure...
Show more

Description of procurement /scope of services

(Nature and quantity of works, supplies or services or indication of needs and requirements) (4 000 words) Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services for asset and facilities managers in environment and regeneration and other parts of the Council to ensure that key sites, buildings and equipment are maintained to a high standard.The value of works and repairs will fluctuate depending on the need/demand. The estimated value of the services that may be awarded by Islington Council under the DPS is estimated at between GBP 0 and GBP 14 600 000 over the forty-eight (48) month period of validity. Based on previous year’s requirements and looking forward, we estimate that the annual value of small works and maintenance services potentially awarded to be in the region of GBP 3 650 000.The Council has engaged the services of adam HTT Ltd to establish a Dynamic Purchasing System (DPS) from which suppliers who are admitted on the DPS may be invited to tender for contracts. The DPS is a completely electronic process. There is no limit to the number of suppliers that can join the DPS during its 4-year duration. Details of how a contract will be procured using the DPS is explained within the procurement documentation. Islington Council will be under no obligation to utilise the DPS. No guarantee is given towards volume or value of work under this DPS.How to express an interest:This contract will be procured using the restricted procedure. All requests to participate in the DPS must be made via adam Procure. Suppliers that satisfy all the minimum requirements of the selection questionnaire (SQ) shall be admitted to the DPS. Bidders who fail to satisfy the minimum requirements and are not successful in being admitted to the DPS will also be notified via adam Procure. Detailed feedback will be provided to unsuccessful suppliers once the evaluation of the selection stage has concluded.Award criteria:The contracts awarded under this DPS will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for the contracts awarded under this DPS is quality 20 % and cost 80 %.
(Nature and quantity of works, supplies or services or indication of needs and requirements) (4 000 words) Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services...
Show more

Others CPV Codes
  • Tarmac
    14213200-9
  • Resins
    19522000-1
  • Lightning conductors
    31216200-5
  • Lighting equipment and electric lamps
    31500000-1
  • Floodlights
    31518100-1
  • Emergency lighting equipment
    31518200-2
  • Road sweepers
    34921100-0
  • Lampposts
    34928520-9
  • Alarm systems
    35121700-5
  • Sports goods and equipment
    37400000-2
  • Outdoor sports equipment
    37410000-5
  • Lifting trucks
    42415100-9
  • Park and playground equipment
    43325000-7
  • Roof
    44112400-2
  • Paving slabs
    44113120-2
  • Skylights
    44115400-3
  • Drainage system
    44163112-8
  • Shutters
    44221400-9
  • Builders' carpentry
    44230000-1
  • Pressure vessels
    44615000-4
  • Landscaping work for playgrounds
    45112723-9
  • Drainage works
    45232452-5
  • Road-surface painting work
    45233221-4
  • Surfacing work except for roads
    45233250-6
  • Installation of street furniture
    45233293-9
  • Solar panel roof-covering work
    45261215-4
  • Roof maintenance work
    45261920-9
  • Bricklaying work
    45262520-2
  • Welding
    45262680-1
  • Electrical wiring and fitting work
    45311000-0
  • Water plumbing work
    45332200-5
  • Erection of railings
    45341000-9
  • Erection of fencing
    45342000-6
  • Plastering work
    45410000-4
  • Installation of doors
    45421131-1
  • Installation of windows
    45421132-8
  • Floor laying and covering work
    45432100-5
  • Painting work
    45442100-8
  • Refurbishment work
    45453100-8
  • Repair and maintenance services
    50000000-5
  • Repair and maintenance services of firefighting equipment
    50413200-5
  • Repair and maintenance services of security equipment
    50610000-4
  • Repair and maintenance services of electrical building installations
    50711000-2
  • Repair and maintenance services of central heating
    50720000-8
  • Commissioning of heating installations
    50721000-5
  • Lift-maintenance services
    50750000-7
  • Repair and maintenance services of playground equipment
    50870000-4
  • Sports fields maintenance services
    77320000-9
  • Gully cleaning services
    90641000-2
  • Natural risks or hazards protection services
    90721800-5
  • Pollution tracking and monitoring and rehabilitation
    90730000-3
  • Services related to water pollution
    90733000-4
  • Building-cleaning services
    90911200-8
  • Tank-cleaning services
    90913100-1
  • Locksmith services
    98395000-8
  • Tarmac
    14213200-9
  • Resins
    19522000-1
  • Lightning conductors
    31216200-5
  • Lighting equipment and electric lamps
    31500000-1
  • Floodlights
    31518100-1
Show more
Project adress

Region (NUTS code): UKI LONDON

United Kingdom-London: Repair and maintenance services

2020/S 210-514739

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Islington Council
Postal address: Islington Town Hall, Upper Street
Town: London
NUTS code: UKI43 Haringey and Islington
Postal code: N1 2UD
Country: United Kingdom
Contact person: Supply Chain Team
E-mail: supplychains@useadam.co.uk
Internet address(es):
Main address: http://www.islington.gov.uk/
Address of the buyer profile: http://demand.sproc.net
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://adamprocure.co.uk
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic Purchasing System for Public Realm — Minor Works and Services

II.1.2)Main CPV code
50000000 Repair and maintenance services
II.1.3)Type of contract
Services
II.1.4)Short description:

Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services for asset and facilities managers in environment and regeneration and other parts of the Council to ensure that key sites, buildings and equipment are maintained to a high standard.

II.1.5)Estimated total value
Value excluding VAT: 14 600 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
14213200 Tarmac
19522000 Resins
31216200 Lightning conductors
31500000 Lighting equipment and electric lamps
31518100 Floodlights
31518200 Emergency lighting equipment
34921100 Road sweepers
34928520 Lampposts
35121700 Alarm systems
37400000 Sports goods and equipment
37410000 Outdoor sports equipment
42415100 Lifting trucks
43325000 Park and playground equipment
44112400 Roof
44113120 Paving slabs
44115400 Skylights
44163112 Drainage system
44221400 Shutters
44230000 Builders' carpentry
44615000 Pressure vessels
45112723 Landscaping work for playgrounds
45232452 Drainage works
45233221 Road-surface painting work
45233250 Surfacing work except for roads
45233293 Installation of street furniture
45261215 Solar panel roof-covering work
45261920 Roof maintenance work
45262520 Bricklaying work
45262680 Welding
45311000 Electrical wiring and fitting work
45332200 Water plumbing work
45341000 Erection of railings
45342000 Erection of fencing
45410000 Plastering work
45421131 Installation of doors
45421132 Installation of windows
45432100 Floor laying and covering work
45442100 Painting work
45453100 Refurbishment work
50000000 Repair and maintenance services
50413200 Repair and maintenance services of firefighting equipment
50610000 Repair and maintenance services of security equipment
50711000 Repair and maintenance services of electrical building installations
50720000 Repair and maintenance services of central heating
50721000 Commissioning of heating installations
50750000 Lift-maintenance services
50870000 Repair and maintenance services of playground equipment
77320000 Sports fields maintenance services
90641000 Gully cleaning services
90721800 Natural risks or hazards protection services
90730000 Pollution tracking and monitoring and rehabilitation
90733000 Services related to water pollution
90911200 Building-cleaning services
90913100 Tank-cleaning services
98395000 Locksmith services
II.2.3)Place of performance
NUTS code: UKI LONDON
II.2.4)Description of the procurement:

(Nature and quantity of works, supplies or services or indication of needs and requirements) (4 000 words) Islington Council invites expressions of interest from suitably qualified contractors contractors to carry out regular small works including minor construction works and building maintenance services for asset and facilities managers in environment and regeneration and other parts of the Council to ensure that key sites, buildings and equipment are maintained to a high standard.

The value of works and repairs will fluctuate depending on the need/demand. The estimated value of the services that may be awarded by Islington Council under the DPS is estimated at between GBP 0 and GBP 14 600 000 over the forty-eight (48) month period of validity. Based on previous year’s requirements and looking forward, we estimate that the annual value of small works and maintenance services potentially awarded to be in the region of GBP 3 650 000.

The Council has engaged the services of adam HTT Ltd to establish a Dynamic Purchasing System (DPS) from which suppliers who are admitted on the DPS may be invited to tender for contracts. The DPS is a completely electronic process. There is no limit to the number of suppliers that can join the DPS during its 4-year duration. Details of how a contract will be procured using the DPS is explained within the procurement documentation. Islington Council will be under no obligation to utilise the DPS. No guarantee is given towards volume or value of work under this DPS.

How to express an interest:

This contract will be procured using the restricted procedure. All requests to participate in the DPS must be made via adam Procure. Suppliers that satisfy all the minimum requirements of the selection questionnaire (SQ) shall be admitted to the DPS. Bidders who fail to satisfy the minimum requirements and are not successful in being admitted to the DPS will also be notified via adam Procure. Detailed feedback will be provided to unsuccessful suppliers once the evaluation of the selection stage has concluded.

Award criteria:

The contracts awarded under this DPS will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for the contracts awarded under this DPS is quality 20 % and cost 80 %.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Supplier quality score / Weighting: 20
Price - Weighting: 80
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

There is the possibility of 2 year + 2 year + 2 year extensions, ending on 22 October 2028.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 999
Objective criteria for choosing the limited number of candidates:

Selection criteria as stated in the procurement documents which can be found at http://demand.sproc.net

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The Council and its partners are committed to work towards a ‘Fairer Islington’, for information see islington.gov.uk The Council aims to provide equality of opportunity and welcomes applicants who meet the qualitative selection from black and minority ethnic communities and disabled groups. The council encourages all types of organisation who meet the qualitative selection to submit a tender.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.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 procurement documents which can be found at http://demand.sproc.net

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Refer to contract documents available at http://demand.sproc.net

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/10/2028
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Official name: adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: supplychains@useadam.co.uk
Internet address: http://demand.sproc.net/
VI.5)Date of dispatch of this notice:
23/10/2020