Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
High Street Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's 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
Void Property Repair Service Contract 2024 - Multi Lot
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The 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 comprehensive Void Property Repairs Service (the Service) for a four (4) year period with the option to extend for a further two (2) plus one (1) years.
The contract will be split into 4 Lots as follows:
• Lot 1 North (Area A) being the North of the borough.
• Lot 2 Central (Area B) being the Central part of the borough.
• Lot 3 South (Area C) being the South of the borough.
• Lot 4 Reserve back up Contractor (All areas)
Please see the Lot Breakdown by Area document for details of number of properties and postcodes within each Lot.
Workstreams to be included within each Lot are as follows:
• Void Property Works
• Responsive Maintenance (including Emergency Works ordered during Normal Working Hours),
• Disrepair Works,
• Out of Hours Emergency Works
The Service is to be provided to Council properties with an estimated volume of circa 600 voids per year, but the Council does not provide any guarantee or assurance in respect of the annual value or volumes of work generated under this contract or geographically where these voids will occur. Each property is within the boundary of the London Borough of Hillingdon and will vary in size.
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with the other Lots being awarded to the 2nd ranked Contractor in that Lot.
The London Borough of Hillingdon retains the right to award some, all or none of the Lots available.
The Contract is predominantly for general building fabric repairs in all trades to Hillingdon's properties and dwellings including outbuildings in accordance with the Employers Requirements.
The types of works ordered will generally include but not limited to those as stipulated within the Employers Requirements document.
two.1.5) Estimated total value
Value excluding VAT: £33,000,000
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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with other Lots being awarded to the 2nd ranked Contractor
two.2) Description
two.2.1) Title
Lot No
Lot 1 North (Area A)
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
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
The 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 comprehensive Void Property Repairs Service (the Service) for a four (4) year period with the option to extend for a further two (2) plus one (1) years.
The contract will be split into 4 Lots as follows:
• Lot 1 North (Area A) being the North of the borough.
• Lot 2 Central (Area B) being the Central part of the borough.
• Lot 3 South (Area C) being the South of the borough.
• Lot 4 Reserve back up Contractor (All areas)
Please see the Lot Breakdown by Area document for details of number of properties and postcodes within each Lot.
Workstreams to be included within each Lot are as follows:
• Void Property Works
• Responsive Maintenance (including Emergency Works ordered during Normal Working Hours),
• Disrepair Works,
• Out of Hours Emergency Works
The Service is to be provided to Council properties with an estimated volume of circa 600 voids per year, but the Council does not provide any guarantee or assurance in respect of the annual value or volumes of work generated under this contract or geographically where these voids will occur. Each property is within the boundary of the London Borough of Hillingdon and will vary in size.
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with the other Lots being awarded to the 2nd ranked Contractor in that Lot.
The London Borough of Hillingdon retains the right to award some, all or none of the Lots available.
The Contract is predominantly for general building fabric repairs in all trades to Hillingdon's properties and dwellings including outbuildings in accordance with the Employers Requirements.
The types of works ordered will generally include but not limited to those as stipulated within the Employers Requirements document.
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: £7,000,000
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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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.2.14) Additional information
Please visit www.capitalesourcing for more details
two.2) Description
two.2.1) Title
Lot No
Lot 2 Central (Area B)
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
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
The 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 comprehensive Void Property Repairs Service (the Service) for a four (4) year period with the option to extend for a further two (2) plus one (1) years.
The contract will be split into 4 Lots as follows:
• Lot 1 North (Area A) being the North of the borough.
• Lot 2 Central (Area B) being the Central part of the borough.
• Lot 3 South (Area C) being the South of the borough.
• Lot 4 Reserve back up Contractor (All areas)
Please see the Lot Breakdown by Area document for details of number of properties and postcodes within each Lot.
Workstreams to be included within each Lot are as follows:
• Void Property Works
• Responsive Maintenance (including Emergency Works ordered during Normal Working Hours),
• Disrepair Works,
• Out of Hours Emergency Works
The Service is to be provided to Council properties with an estimated volume of circa 600 voids per year, but the Council does not provide any guarantee or assurance in respect of the annual value or volumes of work generated under this contract or geographically where these voids will occur. Each property is within the boundary of the London Borough of Hillingdon and will vary in size.
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with the other Lots being awarded to the 2nd ranked Contractor in that Lot.
The London Borough of Hillingdon retains the right to award some, all or none of the Lots available.
The Contract is predominantly for general building fabric repairs in all trades to Hillingdon's properties and dwellings including outbuildings in accordance with the Employers Requirements.
The types of works ordered will generally include but not limited to those as stipulated within the Employers Requirements document.
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: £11,200,000
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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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
Lot No
Lot 3 South (Area C)
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
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
The 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 comprehensive Void Property Repairs Service (the Service) for a four (4) year period with the option to extend for a further two (2) plus one (1) years.
The contract will be split into 4 Lots as follows:
• Lot 1 North (Area A) being the North of the borough.
• Lot 2 Central (Area B) being the Central part of the borough.
• Lot 3 South (Area C) being the South of the borough.
• Lot 4 Reserve back up Contractor (All areas)
Please see the Lot Breakdown by Area document for details of number of properties and postcodes within each Lot.
Workstreams to be included within each Lot are as follows:
• Void Property Works
• Responsive Maintenance (including Emergency Works ordered during Normal Working Hours),
• Disrepair Works,
• Out of Hours Emergency Works
The Service is to be provided to Council properties with an estimated volume of circa 600 voids per year, but the Council does not provide any guarantee or assurance in respect of the annual value or volumes of work generated under this contract or geographically where these voids will occur. Each property is within the boundary of the London Borough of Hillingdon and will vary in size.
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with the other Lots being awarded to the 2nd ranked Contractor in that Lot.
The London Borough of Hillingdon retains the right to award some, all or none of the Lots available.
The Contract is predominantly for general building fabric repairs in all trades to Hillingdon's properties and dwellings including outbuildings in accordance with the Employers Requirements.
The types of works ordered will generally include but not limited to those as stipulated within the Employers Requirements document.
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: £15,400,000
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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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
Lot No
Lot 4 Reserve back up Contractor (All areas)
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
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
The 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 comprehensive Void Property Repairs Service (the Service) for a four (4) year period with the option to extend for a further two (2) plus one (1) years.
The contract will be split into 4 Lots as follows:
• Lot 1 North (Area A) being the North of the borough.
• Lot 2 Central (Area B) being the Central part of the borough.
• Lot 3 South (Area C) being the South of the borough.
• Lot 4 Reserve back up Contractor (All areas)
Please see the Lot Breakdown by Area document for details of number of properties and postcodes within each Lot.
Workstreams to be included within each Lot are as follows:
• Void Property Works
• Responsive Maintenance (including Emergency Works ordered during Normal Working Hours),
• Disrepair Works,
• Out of Hours Emergency Works
The Service is to be provided to Council properties with an estimated volume of circa 600 voids per year, but the Council does not provide any guarantee or assurance in respect of the annual value or volumes of work generated under this contract or geographically where these voids will occur. Each property is within the boundary of the London Borough of Hillingdon and will vary in size.
The London Borough of Hillingdon retains the right not to award Lot 1, Lot 2, Lot 3 or the Reserve Lot to one single contractor. If the Council determines that they wish to have different Contractors for each Lot and If the same Contractor is ranked 1st in multiple Lots, they will be given the option to select which Lot is their preference with the other Lots being awarded to the 2nd ranked Contractor in that Lot.
The London Borough of Hillingdon retains the right to award some, all or none of the Lots available.
The Contract is predominantly for general building fabric repairs in all trades to Hillingdon's properties and dwellings including outbuildings in accordance with the Employers Requirements.
The types of works ordered will generally include but not limited to those as stipulated within the Employers Requirements document.
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: £350,000
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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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 four (4) years with an option to extend for up to a further two (2) plus one (1) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See procurement tender documents for details
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.2.2) Contract performance conditions
See procurement tender documents for details
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
7 November 2023
Local time
1:00pm
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
7 November 2023
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: 4 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
six.4.2) Body responsible for mediation procedures
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom