Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom
NUTS 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
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
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
Electrical Testing, Repairs & Upgrades Service Contract
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Hillingdon (Hillingdon) invites expressions of interest from suitably qualified and experienced contractors in relation to entering into an agreement (the Contract) to provide an Electrical Testing, Repairs & Upgrades Service Contract (the Service / Works) to enable the London Borough of Hillingdon to appoint two (2) Contractors to enter into a comprehensive Electrical Testing, Repairs & Upgrades Contract for a three (3) year period with the option to extend for a further two (2) years.
The successful Contractors will support The Housing Repairs Team in providing the works required to manage, repair and oversee the 10,500 Council-House accommodation units and circa 260 Corporate buildings in and around the Borough of Hillingdon.
The Works / Service also includes the introduction and implementation of a programme of inspections to ensure the whole of the Housing and Corporate Stock will be compliant based upon a cyclical testing regime in accordance with the Employers Requirements.
The contract will be split into 2 Lots with Lot 1 being a collection of postcodes in Area 1 of the borough and Lot 2 being a collection of postcodes in Area 2 of the borough.
The shortlisted Applicants (maximum of seven (7)) will be asked at the ITT stage to submit a technical and commercial response for both Lot 1 (Area 1) and Lot 2 (Area 2).
Those Contractors who are successful at the SQ stage will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Electrical Upgrading v7.2 Volume 2 Schedule of Rates with tenderers percentage adjustment.
The tendered percentage adjustment to the Electrical Upgrading v7.2 Volume 2 Schedule of Rates will be deemed inclusive of all costs of whatsoever nature including, but not limited to, job and contract preliminaries, profit, overheads, materials and all other costs required by the contractor to undertake his obligations under this Contract.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contract will be split into 2 Lots with Lot 1 being a collection of postcodes in Area 1 of the borough and Lot 2 being a collection of postcodes in Area 2 of the borough.
two.2) Description
two.2.1) Title
Electrical Testing, Repairs & Upgrades Service Contract
Lot No
Lot 1 (Area 1)
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon (Hillingdon) invites expressions of interest from suitably qualified and experienced contractors in relation to entering into an agreement (the Contract) to provide an Electrical Testing, Repairs & Upgrades Service Contract (the Service / Works) to enable the London Borough of Hillingdon to appoint two (2) Contractors to enter into a comprehensive Electrical Testing, Repairs & Upgrades Contract for a three (3) year period with the option to extend for a further two (2) years.
The successful Contractors will support The Housing Repairs Team in providing the works required to manage, repair and oversee the 10,500 Council-House accommodation units and circa 260 Corporate buildings in and around the Borough of Hillingdon.
The Works / Service also includes the introduction and implementation of a programme of inspections to ensure the whole of the Housing and Corporate Stock will be compliant based upon a cyclical testing regime in accordance with the Employers Requirements.
The contract will be split into 2 Lots with Lot 1 being a collection of postcodes in Area 1 of the borough and Lot 2 being a collection of postcodes in Area 2 of the borough.
The shortlisted Applicants (maximum of seven (7)) will be asked at the ITT stage to submit a technical and commercial response for both Lot 1 (Area 1) and Lot 2 (Area 2).
Those Contractors who are successful at the SQ stage will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Electrical Upgrading v7.2 Volume 2 Schedule of Rates with tenderers percentage adjustment.
The tendered percentage adjustment to the Electrical Upgrading v7.2 Volume 2 Schedule of Rates will be deemed inclusive of all costs of whatsoever nature including, but not limited to, job and contract preliminaries, profit, overheads, materials and all other costs required by the contractor to undertake his obligations under this 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: £3,500,000
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 2 years subject to agreement and satisfactory performance.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Selection Questionnaire
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 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
two.2) Description
two.2.1) Title
Electrical Testing, Repairs & Upgrades Service Contract
Lot No
Lot 2 (Area 2)
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The London Borough of Hillingdon (Hillingdon) invites expressions of interest from suitably qualified and experienced contractors in relation to entering into an agreement (the Contract) to provide an Electrical Testing, Repairs & Upgrades Service Contract (the Service / Works) to enable the London Borough of Hillingdon to appoint two (2) Contractors to enter into a comprehensive Electrical Testing, Repairs & Upgrades Contract for a three (3) year period with the option to extend for a further two (2) years.
The successful Contractors will support The Housing Repairs Team in providing the works required to manage, repair and oversee the 10,500 Council-House accommodation units and circa 260 Corporate buildings in and around the Borough of Hillingdon.
The Works / Service also includes the introduction and implementation of a programme of inspections to ensure the whole of the Housing and Corporate Stock will be compliant based upon a cyclical testing regime in accordance with the Employers Requirements.
The contract will be split into 2 Lots with Lot 1 being a collection of postcodes in Area 1 of the borough and Lot 2 being a collection of postcodes in Area 2 of the borough.
The shortlisted Applicants (maximum of seven (7)) will be asked at the ITT stage to submit a technical and commercial response for both Lot 1 (Area 1) and Lot 2 (Area 2).
Those Contractors who are successful at the SQ stage will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Electrical Upgrading v7.2 Volume 2 Schedule of Rates with tenderers percentage adjustment.
The tendered percentage adjustment to the Electrical Upgrading v7.2 Volume 2 Schedule of Rates will be deemed inclusive of all costs of whatsoever nature including, but not limited to, job and contract preliminaries, profit, overheads, materials and all other costs required by the contractor to undertake his obligations under this 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: £3,500,000
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 2 years subject to agreement and satisfactory performance.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Selection Questionnaire
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 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
Restricted 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
16 December 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
26 January 2022
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
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
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom