Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Hillingdon
Civic Centre
Uxbridge
UB8 1UW
UK
E-mail: mbreen@hillingdon.gov.uk
NUTS: UKI74
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
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
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
Bulk Property Acquisitions & Refurbishment Service Contract
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.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 Bulk Property Acquisition and Refurbishment Service (the Service) for a Two (2) year period with the option to extend for a further One (1) plus One (1) plus One (1) years.
The Service is for the sourcing, acquisition, and refurbishment of two, three and four bedroom properties located in the London Borough of Hillingdon including conveyancing and surveys. Properties will be existing residential properties acquired in the open market and/or off-market where possible.
Properties acquired will be refurbished to the agreed specification including full compliance documentation as required for letting. The types of works required for refurbishment will generally include but not limited to those as stipulated within the Employers Requirements document.
Hillingdon Council may from time to time add to the type of work to be executed or may remove certain types of work completely for inclusion in separate specialist contracts. Such action will not be taken without consultation.
The Service is to be provided to the Council with an estimated volume of up to 100 properties to be acquired 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. Each property must be within the boundary of the London Borough of Hillingdon and will vary in size from two to four bedrooms.
Contractors will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Responsive Maintenance and Void Property Works Schedule of Rates v8 with tenderers percentage adjustment along with Agents Fee percentage and fixed costs for Acquisition Fees.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
70000000
II.2.3) Place of performance
NUTS code:
UKI74
Main site or place of performance:
London Borough of Hillingdon
II.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 Bulk Property Acquisition and Refurbishment Service (the Service) for a Two (2) year period with the option to extend for a further One (1) plus One (1) plus One (1) years.
The Service is for the sourcing, acquisition, and refurbishment of two, three and four bedroom properties located in the London Borough of Hillingdon including conveyancing and surveys. Properties will be existing residential properties acquired in the open market and/or off-market where possible.
Properties acquired will be refurbished to the agreed specification including full compliance documentation as required for letting. The types of works required for refurbishment will generally include but not limited to those as stipulated within the Employers Requirements document.
Hillingdon Council may from time to time add to the type of work to be executed or may remove certain types of work completely for inclusion in separate specialist contracts. Such action will not be taken without consultation.
The Service is to be provided to the Council with an estimated volume of up to 100 properties to be acquired 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. Each property must be within the boundary of the London Borough of Hillingdon and will vary in size from two to four bedrooms.
Contractors will be invited to submit competitive tenders based on an “all-inclusive” basis using the M3 National Housing Federation (M3NHF) Responsive Maintenance and Void Property Works Schedule of Rates v8 with tenderers percentage adjustment along with Agents Fee percentage and fixed costs for Acquisition Fees.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
The Council intends to award a contract for these services for a period of up to two (2) years with an option to extend for up to a further one (1) plus one (1) plus one (1) years subject to agreement and satisfactory performance.
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:
Yes
Description of options:
The Council intends to award a contract for these services for a period of up to two (2) years with an option to extend for up to a further one (1) plus one (1) plus one (1) years subject to agreement and satisfactory performance.
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
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:
29/07/2024
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:
29/07/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
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
Uxbridge
UB8 1UW
UK
VI.5) Date of dispatch of this notice
28/06/2024