Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre,
Uxbridge
London
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main 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
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