Tender

Window & Door Reactive Replacement and Repairs Service Contract

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2024/S 000-027718

Procurement identifier (OCID): ocds-h6vhtk-0496ac

Published 30 August 2024, 11:30am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

Civic Centre,

Uxbridge

London

Email

mbreen@hillingdon.gov.uk

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

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

Window & Door Reactive Replacement and Repairs Service Contract

two.1.2) Main CPV code

  • 45421130 - Installation of doors and windows

two.1.3) Type of contract

Works

two.1.4) Short description

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 Window and Door Reactive Replacement, Repair and Service Contract (the Services) for a Five (5) year period with the option to extend for a further Two (2) years. The contract is for the reactive replacement and repairs of windows and doors within Hillingdon’s Housing and Corporate portfolios located in the London Borough of Hillingdon (the Project).

The services that will be required will include but not limited to the following related areas:

● Brickwork

● Carpentry and Joinery

● Disabled Adaptations and Minor Works

● Fire Stopping

● Glazing

● Masonry

● Painting & Decorating

● Plasterworks and other finishes

● Scaffolding

The portfolio of properties will consist of a mixture of houses, bungalows, blocks of flats, tower blocks, sheltered housing schemes and corporate buildings of various types, construction, and ages.

The evaluation process will be carried out internally within London Borough of Hillingdon’s Housing Repairs Team. Factors to be considered by contractors considering tendering for this contract are that their bids will be based on the following weightings:

Commercial (Price) - 50%

Quality - 50%

Contractors will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Responsive Maintenance and Void Property Works Schedule of Rates v8 with tenderers percentage adjustment.

The tendered percentage adjustment will be deemed inclusive of all costs of whatsoever nature including, but not limited to, job and contract preliminaries, profit, overheads, mobilisation costs, materials TUPE costs and all other costs required by the contractor to undertake his obligations under this Contract.

See tender documents for further details.

two.1.5) Estimated total value

Value excluding VAT: £4,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 44221100 - Windows
  • 44221110 - Window frames
  • 45421100 - Installation of doors and windows and related components
  • 45421110 - Installation of door and window frames
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows

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

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 Window and Door Reactive Replacement, Repair and Service Contract (the Services) for a Five (5) year period with the option to extend for a further Two (2) years. The contract is for the reactive replacement and repairs of windows and doors within Hillingdon’s Housing and Corporate portfolios located in the London Borough of Hillingdon (the Project).

The services that will be required will include but not limited to the following related areas:

● Brickwork

● Carpentry and Joinery

● Disabled Adaptations and Minor Works

● Fire Stopping

● Glazing

● Masonry

● Painting & Decorating

● Plasterworks and other finishes

● Scaffolding

The portfolio of properties will consist of a mixture of houses, bungalows, blocks of flats, tower blocks, sheltered housing schemes and corporate buildings of various types, construction, and ages.

The evaluation process will be carried out internally within London Borough of Hillingdon’s Housing Repairs Team. Factors to be considered by contractors considering tendering for this contract are that their bids will be based on the following weightings:

Commercial (Price) - 50%

Quality - 50%

Contractors will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Responsive Maintenance and Void Property Works Schedule of Rates v8 with tenderers percentage adjustment.

The tendered percentage adjustment will be deemed inclusive of all costs of whatsoever nature including, but not limited to, job and contract preliminaries, profit, overheads, mobilisation costs, materials TUPE costs and all other costs required by the contractor to undertake his obligations under this Contract.

See tender documents for further details.

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: £4,200,000

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

Duration in months

84

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 five (5) 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 five (5) 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

30 September 2024

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

30 September 2024

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: 7 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)

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

London

Country

United Kingdom