Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre, High Street
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
Water Quality Remedial Works Service
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
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 Water Quality Remedial Works Service (the Service) for a four (4) year period with the option to extend for a further two (2) years.
The Council intends to award a new contract for Water Quality maintenance Services and invites organisations with the necessary capabilities to tender. The new contract will include for some elements of plumbing, tank replacements, tank relining/ painting, associated carpentry works and water testing.
The proposed contract will be based upon the National Housing Maintenance Forum M3NHF Schedule of Rates version 8 including its long descriptions, the specifications of workmanship and materials and the relevant SOR rates for each element of the required services. There are also a number of LBH specific rates which relates to systems within Appendix B - Pricing Summary Sheet - Water Quality Works Tab B. The rates are to include for all preliminaries, access, overheads and profits. As part of their tender submission, contractors are required to tender a single percentage adjustment to these rates and those of the NHF v8.
two.1.5) Estimated total value
Value excluding VAT: £305,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45332200 - Water plumbing work
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 Water Quality Remedial Works Service (the Service) for a four (4) year period with the option to extend for a further two (2) years.
The Council intends to award a new contract for Water Quality maintenance Services and invites organisations with the necessary capabilities to tender. The new contract will include for some elements of plumbing, tank replacements, tank relining/ painting, associated carpentry works and water testing.
The proposed contract will be based upon the National Housing Maintenance Forum M3NHF Schedule of Rates version 8 including its long descriptions, the specifications of workmanship and materials and the relevant SOR rates for each element of the required services. There are also a number of LBH specific rates which relates to systems within Appendix B - Pricing Summary Sheet - Water Quality Works Tab B. The rates are to include for all preliminaries, access, overheads and profits. As part of their tender submission, contractors are required to tender a single percentage adjustment to these rates and those of the NHF v8.
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: £254,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
The proposed contract will be for a period of four (4) years with an option to extend for a further two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed contract will be for a period of four (4) years with an option to extend for a further two (2) year subject to the requirements of the service and the satisfactory performance of the contractor.
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 documents
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 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
20 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
20 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: 6 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