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