Section one: Contracting authority
one.1) Name and addresses
LONDON BOROUGH OF HILLINGDON
Civic Centre,High Street
UXBRIDGE
UB81UW
Contact
Michael Breen
Telephone
+44 1895558388
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Service, Maintenance & The Repair of Automatic Gates, Bollards, Shutters & Barriers
Reference number
prj__18222
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Hillingdon wishes to appoint an experienced service provider for the Service, Maintenance & Repair of Automatic Gates, Bollards, Shutters & Barriers ensuring compliance with all relevant industry, manufacturers and safety standards. The contract is to include Hillingdon Council's housing stock of over 11,000 properties covering General Needs Housing, Sheltered Housing, Supported Housing and Corporate sites.
The contractor will provide a planned servicing regime and reactive maintenance for repair and replacement as well as to undertake small works projects up to an approved threshold value for the asset types as stipulated.
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further one (1) plus one (1) years subject to agreement and satisfactory performance.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following:
TAB A - Housing & Corporate Reactive Call Outs
TAB B - Housing Annual Servicing Schedule
TAB C - Corporate Annual Servicing Schedule
TAB D - Daywork Rates
TAB E - Materials Mark Up Percentage
This Specification covers all Routine and Responsive Maintenance to the assets. The Specification shall be read and interpreted in conjunction with the Pricing Schedule items
Routine Maintenance shall involve the undertaking of the comprehensive servicing/maintenance operations described in this Specification and the Pricing Schedule throughout the duration of the Contract Period at the regular intervals pre-defined by the Client and starting immediately from the Commencement Date.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928450 - Bollards
- 44115310 - Roller-type shutters
- 44221400 - Shutters
- 45233291 - Installation of bollards
- 45421142 - Installation of shutters
- 45421148 - Installation of gates
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
London Borough of Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon wishes to appoint an experienced service provider for the Service, Maintenance & Repair of Automatic Gates, Bollards, Shutters & Barriers ensuring compliance with all relevant industry, manufacturers and safety standards. The contract is to include Hillingdon Council's housing stock of over 11,000 properties covering General Needs Housing, Sheltered Housing, Supported Housing and Corporate sites.
The contractor will provide a planned servicing regime and reactive maintenance for repair and replacement as well as to undertake small works projects up to an approved threshold value for the asset types as stipulated.
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further one (1) plus one (1) years subject to agreement and satisfactory performance.
The proposed contract will be based upon the pricing schedule as shown in the tender pack and includes for the following:
TAB A - Housing & Corporate Reactive Call Outs
TAB B - Housing Annual Servicing Schedule
TAB C - Corporate Annual Servicing Schedule
TAB D - Daywork Rates
TAB E - Materials Mark Up Percentage
This Specification covers all Routine and Responsive Maintenance to the assets. The Specification shall be read and interpreted in conjunction with the Pricing Schedule items
Routine Maintenance shall involve the undertaking of the comprehensive servicing/maintenance operations described in this Specification and the Pricing Schedule throughout the duration of the Contract Period at the regular intervals pre-defined by the Client and starting immediately from the Commencement Date.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further one (1) plus one (1) yearssubject to agreement and satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further one (1) plus one (1) yearssubject to agreement and satisfactory performance
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2021
Local time
12:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
11 March 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 to 5 years
six.2) Information about electronic workflows
Electronic payment will be used
six.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.
six.4) Procedures for review
six.4.1) Review body
London Borough of Hillingdon
Civic Centre, High Street
Uxbridge
UB8 1UW
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom