Tender

Service, Maintenance & The Repair of Automatic Gates, Bollards, Shutters & Barriers

  • LONDON BOROUGH OF HILLINGDON

F02: Contract notice

Notice identifier: 2021/S 000-002662

Procurement identifier (OCID): ocds-h6vhtk-0291cd

Published 9 February 2021, 6:38pm



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF HILLINGDON

Civic Centre,High Street

UXBRIDGE

UB81UW

Contact

Michael Breen

Email

mbreen@hillingdon.gov.uk

Telephone

+44 1895558388

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.hillingdon.gov.uk

one.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

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

www.capitalesourcing.com

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

www.capitalesourcing.com

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