Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Kitchen and Bathroom Replacement Programme - Multi Lot

  • First published: 13 July 2024
  • Last modified: 13 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047ce4
Published by:
London Borough of Hillingdon
Authority ID:
AA0121
Publication date:
13 July 2024
Deadline date:
12 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Borough of Hillingdon (the Council) invites tenders from suitably qualified and experienced Works Contractors in relation to entering into an agreement to provide Kitchen and Bathroom installation Works for various properties across our housing stock by post code area, for a three (3) year period with the option to extend for a further two (2) years. The Council intends to appoint up to four (4) Works Contractors.

The installation works will be in phased packages, depending on budget approval, and is normally released assuming installations being completed within a 16-week programme.

Contracts will be awarded with regards to the following Lots/Areas within the borough:

Lot 1 - Area North postcodes: UB9, HA6, HA5 (typically 14% of potential volume)

Lot 2 - Area Central postcodes: UB10, HA4, UB8 (typically 30% of potential volume)

Lot 3 – Area South postcodes: UB7, UB4, UB3 (typically 56% of potential volume)

Lot 4 – Back Up Contractor All areas. (Estimate is £0 - £50k per annum. Subject to use.)

The London Borough of Hillingdon does not guarantee any volumes of orders or spend values.

The anticipated total volume of kitchen and bathroom installations is not guaranteed but is estimated to be 40 kitchens & 40 bathrooms per phase.

The London Borough of Hillingdon retains the right to award only one, some, all, or none of the available Lots.

The planned commencement of this contract will be November 2024.

JCT MTC 2016 With amendments.

The Council has concluded a selection process to identify the preferred Kitchen Survey and Kitchen Supplies provider, Howdens Joinery Ltd. Successful Contractors will need to purchase kitchen items from Howdens together with any other materials / items required to complete the installations.

Full detailed requirements can be found within the tender documentation pack via our tender portal, www.capitalesourcing.com

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

UK

E-mail: procurement@hillingdon.gov.uk

NUTS: UK

Internet address(es)

Main address: www.hillingdon.gov.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

www.capitalesourcing.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Kitchen and Bathroom Replacement Programme - Multi Lot

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Borough of Hillingdon (the Council) invites tenders from suitably qualified and experienced Works Contractors in relation to entering into an agreement to provide Kitchen and Bathroom installation Works for various properties across our housing stock by post code area, for a three (3) year period with the option to extend for a further two (2) years. The Council intends to appoint up to four (4) Works Contractors.

The installation works will be in phased packages, depending on budget approval, and is normally released assuming installations being completed within a 16-week programme.

Contracts will be awarded with regards to the following Lots/Areas within the borough:

Lot 1 - Area North postcodes: UB9, HA6, HA5 (typically 14% of potential volume)

Lot 2 - Area Central postcodes: UB10, HA4, UB8 (typically 30% of potential volume)

Lot 3 – Area South postcodes: UB7, UB4, UB3 (typically 56% of potential volume)

Lot 4 – Back Up Contractor All areas. (Estimate is £0 - £50k per annum. Subject to use.)

The London Borough of Hillingdon does not guarantee any volumes of orders or spend values.

The anticipated total volume of kitchen and bathroom installations is not guaranteed but is estimated to be 40 kitchens & 40 bathrooms per phase.

The London Borough of Hillingdon retains the right to award only one, some, all, or none of the available Lots.

The planned commencement of this contract will be November 2024.

JCT MTC 2016 With amendments.

The Council has concluded a selection process to identify the preferred Kitchen Survey and Kitchen Supplies provider, Howdens Joinery Ltd. Successful Contractors will need to purchase kitchen items from Howdens together with any other materials / items required to complete the installations.

Full detailed requirements can be found within the tender documentation pack via our tender portal, www.capitalesourcing.com

II.1.5) Estimated total value

Value excluding VAT: 50 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1,Lot 2,Lot 3,Lot 4

The Council retains the right to award multiple Lots to the same tenderer, if highest ranked on more than one Lot, or to only award one Lot per tenderer, regardless of number of Lots they may be ranked highest, depending on what is deemed to be the most advantageous option for the Council. The London Borough of Hillingdon retains the right to award one, some, all, or none.

II.2) Description

Lot No: Lot 1 - Area North

II.2.2) Additional CPV code(s)

39141400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 - Area North postcodes: UB9, HA6, HA5

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 7 000 000.00  GBP

II.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:

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 2 - Area Central

II.2.2) Additional CPV code(s)

39141400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 - Area Central postcodes: UB10, HA4, UB8

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.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:

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 3 – Area South

II.2.2) Additional CPV code(s)

39141400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 – Area South postcodes: UB7, UB4, UB3

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 28 000 000.00  GBP

II.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:

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: Lot 4 – Back Up Contractor

II.2.2) Additional CPV code(s)

39141400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 – Back Up Contractor All areas.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: Price / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 250 000.00  GBP

II.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:

Three (3) year period with the option to extend for a further two (2) years, subject to supplier products / delivery and relationship performance and the Council governance approvals.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/08/2024

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 12/08/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The works will be issued in a phased manner depending on budget release.

The London Borough of Hillingdon does not guarantee any volumes of orders or spend values.

The London Borough of Hillingdon retains the right to award only one, some, all, or none of the available Lots.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

UK

VI.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

UK

VI.5) Date of dispatch of this notice

12/07/2024

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work
39141400 Fitted kitchens Kitchen furniture and equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@hillingdon.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.