Tender

Provision of a Roofing Repairs Service for Housing & Corporate Buildings

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2022/S 000-018820

Procurement identifier (OCID): ocds-h6vhtk-03502c

Published 8 July 2022, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

High Street

Uxbridge

UB8 1UW

Email

mbreen@hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

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

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

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

Provision of a Roofing Repairs Service for Housing & Corporate Buildings

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Hillingdon manages a housing stock of approximately 11,000 properties, a mixture of houses, bungalows, blocks of flats, tower blocks and sheltered housing schemes of various types, constructions and age. The roofs to these properties are generally pitched or flat, have a variety of coverings and are in various conditions of repair. The Council has a legal responsibility to maintain these roofs in good order and will undertake repairs as and when required.

Whilst the services required by Hillingdon are primarily roofing repairs, works to guttering, downpipes, fascias, soffits, chimneys and roof windows will also be required. To that end scaffolding services and elements of plumbing, carpentry, brickwork are also involved.

As the proposed Services are of a responsive nature, Hillingdon will require the successful Applicant to commit to undertaking "urgent" and "routine" repairs and to reporting on progress generally within specified periods.

The value of all roofing repairs services and all other services undertaken under the contract will be costed by the following with contractors percentage adjustment:

• M3NHF Schedule of Rates for Responsive Maintenance version 7.2

• M3NHF Schedule of Rates for FM1 version 7.2

• All NHF v7.2 descriptions are subject to their long version and include all aspects of the required services.

Please refer to the "Employers Requirements" included in the tender documentation for further detail on the services required.

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 two (2) years subject to agreement and satisfactory performance.

The London Borough of Hillingdon does not provide any guarantees or assurances in respect of the annual value or volumes of work, if any, which will be procured under this proposed contract.

two.1.5) Estimated total value

Value excluding VAT: £4,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45261210 - Roof-covering work
  • 45261211 - Roof-tiling work
  • 45261900 - Roof repair and maintenance work
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

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

Hillingdon manages a housing stock of approximately 11,000 properties, a mixture of houses, bungalows, blocks of flats, tower blocks and sheltered housing schemes of various types, constructions and age. The roofs to these properties are generally pitched or flat, have a variety of coverings and are in various conditions of repair. The Council has a legal responsibility to maintain these roofs in good order and will undertake repairs as and when required.

Whilst the services required by Hillingdon are primarily roofing repairs, works to guttering, downpipes, fascias, soffits, chimneys and roof windows will also be required. To that end scaffolding services and elements of plumbing, carpentry, brickwork are also involved.

As the proposed Services are of a responsive nature, Hillingdon will require the successful Applicant to commit to undertaking "urgent" and "routine" repairs and to reporting on progress generally within specified periods.

The value of all roofing repairs services and all other services undertaken under the contract will be costed by the following with contractors percentage adjustment:

• M3NHF Schedule of Rates for Responsive Maintenance version 7.2

• M3NHF Schedule of Rates for FM1 version 7.2

• All NHF v7.2 descriptions are subject to their long version and include all aspects of the required services.

Please refer to the "Employers Requirements" included in the tender documentation for further detail on the services required.

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 two (2) years subject to agreement and satisfactory performance.

The London Borough of Hillingdon does not provide any guarantees or assurances in respect of the annual value or volumes of work, if any, which will be procured under this proposed contract.

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: £4,100,000

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 two (2) years subject 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 two (2) years subject to agreement and satisfactory performance

two.2.13) Information about European Union Funds

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


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


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

8 August 2022

Local time

1:00pm

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

8 August 2022

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: 3-5 Years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre

Uxbridge

UB8 1UW

Country

United Kingdom