Tender

Electrical Testing, Repairs & Upgrades Service Contract

  • London Borough of Hillingdon

F02: Contract notice

Notice identifier: 2021/S 000-028641

Procurement identifier (OCID): ocds-h6vhtk-02f750

Published 16 November 2021, 10:44pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

Civic Centre

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

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

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