Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 19th Oct 2023

Tender Details
Referenceocds-h6vhtk-040d7c
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£305,000
More Tenders »

London

Category Services

Type

No. of Lots 1

Status Active

Published 19th Oct 2023

Tender Details
Referenceocds-h6vhtk-040d7c
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£305,000

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

London

Email

mbreen [at] hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

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

Water Quality Remedial Works Service

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The London Borough of Hillingdon (Hillingdon) invites tenders from suitably qualified and experienced contractors in relation to entering into an agreement (the Contract) to provide a comprehensive Water Quality Remedial Works Service (the Service) for a four (4) year period with the option to extend for a further two (2) years.

The Council intends to award a new contract for Water Quality maintenance Services and invites organisations with the necessary capabilities to tender. The new contract will include for some elements of plumbing, tank replacements, tank relining/ painting, associated carpentry works and water testing.

The proposed contract will be based upon the National Housing Maintenance Forum M3NHF Schedule of Rates version 8 including its long descriptions, the specifications of workmanship and materials and the relevant SOR rates for each element of the required services. There are also a number of LBH specific rates which relates to systems within Appendix B - Pricing Summary Sheet - Water Quality Works Tab B. The rates are to include for all preliminaries, access, overheads and profits. As part of their tender submission, contractors are required to tender a single percentage adjustment to these rates and those of the NHF v8.

II.1.5) Estimated total value

Value excluding VAT: £305,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work

II.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon
Main site or place of performance

London Borough of Hillingdon

II.2.4) Description of the procurement

The London Borough of Hillingdon (Hillingdon) invites tenders from suitably qualified and experienced contractors in relation to entering into an agreement (the Contract) to provide a comprehensive Water Quality Remedial Works Service (the Service) for a four (4) year period with the option to extend for a further two (2) years.

The Council intends to award a new contract for Water Quality maintenance Services and invites organisations with the necessary capabilities to tender. The new contract will include for some elements of plumbing, tank replacements, tank relining/ painting, associated carpentry works and water testing.

The proposed contract will be based upon the National Housing Maintenance Forum M3NHF Schedule of Rates version 8 including its long descriptions, the specifications of workmanship and materials and the relevant SOR rates for each element of the required services. There are also a number of LBH specific rates which relates to systems within Appendix B - Pricing Summary Sheet - Water Quality Works Tab B. The rates are to include for all preliminaries, access, overheads and profits. As part of their tender submission, contractors are required to tender a single percentage adjustment to these rates and those of the NHF v8.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £254,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The proposed contract will be for a period of four (4) years with an option to extend for a further two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The proposed contract will be for a period of four (4) years with an option to extend for a further two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

See procurement documents

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

See procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 November 2023

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

20 November 2023

Local time

1:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 years

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and / or abandon this procurement exercise at any time and / or award a contract for part of the services at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and / or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicants / tenderers risk.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre

Uxbridge

UB8 1UW

Country

United Kingdom