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

Multi Lot Framework Agreement for Minor Works

  • First published: 29 March 2024
  • Last modified: 29 March 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-044e27
Published by:
London Borough of Hillingdon
Authority ID:
AA0121
Publication date:
29 March 2024
Deadline date:
03 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Borough of Hillingdon wishes to establish a Multi Lot Framework Agreement for Minor Works.

This Framework is for the London Borough of Hillingdon’s sole use.

The Framework will consist of the following Workstreams and Lots:

Workstream 1

WKS1 - Lot 1 - General Building & Repair Works – Domestic (Lower value) £0 - £99k

WKS1 - Lot 2 - General Building & Repair Works – Domestic (Mid value) £100k- £249k

WKS1 - Lot 3 - General Building & Repair Works – Domestic (Higher value) £250k - £500k

Workstream 2

WKS2 - Lot 4 - General Building & Repair Works – Education, Corporate and Public Buildings (Lower value) £0 - £99k

WKS2 - Lot 5 - General Building & Repair Works – Education, Corporate and Public Buildings (Higher value) £100K - £500k

Workstream 3

WKS3 - Lot 6 – Domestic Extensions & Conversions - (Lower value) £0 - £249k

WKS3 - Lot 7 – Domestic Extensions & Conversions - (Higher value) £250K - £900k

Workstream 4

WKS4 - Lot 8 – Decarbonisation Works - (Lower value) £0 - £499k

WKS4 - Lot 9 – Decarbonisation Works - (Higher value) £500K - £3M

Tenderers can only apply for one Lot within any Workstream.

The intention is to award up to a maximum of five (5) contractors per Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Hillingdon

Civic Centre, High Street

Uxbridge

UB8 1UW

UK

E-mail: procurement@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


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

Multi Lot Framework Agreement for Minor Works

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Borough of Hillingdon wishes to establish a Multi Lot Framework Agreement for Minor Works.

This Framework is for the London Borough of Hillingdon’s sole use.

The Framework will consist of the following Workstreams and Lots:

Workstream 1

WKS1 - Lot 1 - General Building & Repair Works – Domestic (Lower value) £0 - £99k

WKS1 - Lot 2 - General Building & Repair Works – Domestic (Mid value) £100k- £249k

WKS1 - Lot 3 - General Building & Repair Works – Domestic (Higher value) £250k - £500k

Workstream 2

WKS2 - Lot 4 - General Building & Repair Works – Education, Corporate and Public Buildings (Lower value) £0 - £99k

WKS2 - Lot 5 - General Building & Repair Works – Education, Corporate and Public Buildings (Higher value) £100K - £500k

Workstream 3

WKS3 - Lot 6 – Domestic Extensions & Conversions - (Lower value) £0 - £249k

WKS3 - Lot 7 – Domestic Extensions & Conversions - (Higher value) £250K - £900k

Workstream 4

WKS4 - Lot 8 – Decarbonisation Works - (Lower value) £0 - £499k

WKS4 - Lot 9 – Decarbonisation Works - (Higher value) £500K - £3M

Tenderers can only apply for one Lot within any Workstream.

The intention is to award up to a maximum of five (5) contractors per Lot.

II.1.5) Estimated total value

Value excluding VAT: 108 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

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

Tenderers can only apply for one Lot within any Workstream.

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

The London Borough of Hillingdon makes no guarantee as to the volumes procured under this Framework.

II.2) Description

Lot No: 1

II.2.1) Title

WKS1 - Lot 1 - General Building & Repair Works – Domestic (Lower value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS1 - Lot 1 - General Building & Repair Works – Domestic (Lower value) £0 - £99k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 2

II.2.1) Title

WKS1 - Lot 2 - General Building & Repair Works – Domestic (Mid value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS1 - Lot 2 - General Building & Repair Works – Domestic (Mid value) £100k- £249k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 3

II.2.1) Title

WKS1 - Lot 3 - General Building & Repair Works – Domestic (Higher value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS1 - Lot 3 - General Building & Repair Works – Domestic (Higher value) £250k - £500k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 4

II.2.1) Title

WKS2 - Lot 4 - General Building & Repair Works – Education, Corporate and Public Buildings (Lower value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS2 - Lot 4 - General Building & Repair Works – Education, Corporate and Public Buildings (Lower value) £0 - £99k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 5

II.2.1) Title

WKS2 - Lot 5 - General Building & Repair Works – Education, Corporate and Public Buildings (Higher value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS2 - Lot 5 - General Building & Repair Works – Education, Corporate and Public Buildings (Higher value) £100K - £500k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 6

II.2.1) Title

WKS3 - Lot 6 – Domestic Extensions & Conversions -

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS3 - Lot 6 – Domestic Extensions & Conversions - £0 - £249k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 7

II.2.1) Title

WKS3 - Lot 7 – Domestic Extensions & Conversions

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS3 - Lot 7 – Domestic Extensions & Conversions - £250K - £900k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 8

II.2.1) Title

WKS4 - Lot 8 – Decarbonisation Works - (Lower value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS4 - Lot 8 – Decarbonisation Works - (Lower value) £0 - £499k

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: 9

II.2.1) Title

WKS4 - Lot 9 – Decarbonisation Works - (Higher value)

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

WKS4 - Lot 9 – Decarbonisation Works - (Higher value) £500K - £3M

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 45

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 03/05/2024

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: 03/05/2024

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

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, High Street

Uxbridge

UB8 1UW

UK

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

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.