Tender

Kitchen and Bathroom Replacement Programme - Multi Lot

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2024/S 000-021376

Procurement identifier (OCID): ocds-h6vhtk-047ce4

Published 12 July 2024, 10:55am



The closing date and time has been changed to:

16 August 2024 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

procurement@hillingdon.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main 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

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

Kitchen and Bathroom Replacement Programme - Multi Lot

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The London Borough of Hillingdon (the Council) invites tenders from suitably qualified and experienced Works Contractors in relation to entering into an agreement to provide Kitchen and Bathroom installation Works for various properties across our housing stock by post code area, for a three (3) year period with the option to extend for a further two (2) years. The Council intends to appoint up to four (4) Works Contractors.

The installation works will be in phased packages, depending on budget approval, and is normally released assuming installations being completed within a 16-week programme.

Contracts will be awarded with regards to the following Lots/Areas within the borough:

Lot 1 - Area North postcodes: UB9, HA6, HA5 (typically 14% of potential volume)

Lot 2 - Area Central postcodes: UB10, HA4, UB8 (typically 30% of potential volume)

Lot 3 – Area South postcodes: UB7, UB4, UB3 (typically 56% of potential volume)

Lot 4 – Back Up Contractor All areas. (Estimate is £0 - £50k per annum. Subject to use.)

The London Borough of Hillingdon does not guarantee any volumes of orders or spend values.

The anticipated total volume of kitchen and bathroom installations is not guaranteed but is estimated to be 40 kitchens & 40 bathrooms per phase.

The London Borough of Hillingdon retains the right to award only one, some, all, or none of the available Lots.

The planned commencement of this contract will be November 2024.

JCT MTC 2016 With amendments.

The Council has concluded a selection process to identify the preferred Kitchen Survey and Kitchen Supplies provider, Howdens Joinery Ltd. Successful Contractors will need to purchase kitchen items from Howdens together with any other materials / items required to complete the installations.

Full detailed requirements can be found within the tender documentation pack via our tender portal, www.capitalesourcing.com

two.1.5) Estimated total value

Value excluding VAT: £50,250,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1,Lot 2,Lot 3,Lot 4

The Council retains the right to award multiple Lots to the same tenderer, if highest ranked on more than one Lot, or to only award one Lot per tenderer, regardless of number of Lots they may be ranked highest, depending on what is deemed to be the most advantageous option for the Council. The London Borough of Hillingdon retains the right to award one, some, all, or none.

two.2) Description

two.2.1) Title

Lot No

Lot 1 - Area North

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - Area North postcodes: UB9, HA6, HA5

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Price / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £7,000,000

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

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 2 - Area Central

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - Area Central postcodes: UB10, HA4, UB8

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Price / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 3 – Area South

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 – Area South postcodes: UB7, UB4, UB3

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Price / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £28,000,000

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

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot No

Lot 4 – Back Up Contractor

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 – Back Up Contractor All areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Quality criterion - Name: Price / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Originally published as:

Date

12 August 2024

Local time

1:00pm

Changed to:

Date

16 August 2024

See the change notice.

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

12 August 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The works will be issued in a phased manner depending on budget release.

The London Borough of Hillingdon does not guarantee any volumes of orders or spend values.

The London Borough of Hillingdon retains the right to award only one, some, all, or none of the available Lots.

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, High Street

Uxbridge

UB8 1UW

Country

United Kingdom