Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Hillingdon
Civic Centre, High Street
Uxbridge
London
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
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
Water Quality Remedial Works Service
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 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.
II.1.5) Estimated total value
Value excluding VAT:
305 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45332200
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 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.
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:
254 000.00
GBP
II.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.
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 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.
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.1.1) 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
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.2.2) Contract performance conditions
See procurement documents
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:
20/11/2023
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:
20/11/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
6 years
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
19/10/2023