London Boroughs of Richmond and Wandsworth: Service and maintenance of Fire Alarms & Automatic Smoke ventilation systems, and, Provision of Emergency Lighting services in residential housing

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Service and maintenance of Fire Alarms & Automatic Smoke ventilation systems, and, Provision of Emergency Lighting services in residential housing
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: The aim of the procurement exercise is to select a single service provider who can provide a scalable solution for the Servicing and maintenance of fire alarms and automatic smoke ventilation systems, and, the provision, testing, servicing and maintenance of emergency lighting services in residential housing blocks.
Published: 21/01/2021 12:50

View Full Notice

UK-London: Installation services of fire protection equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wandsworth Borough Council
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
       Contact: Valerie Kuijpers
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Service and maintenance of Fire Alarms & Automatic Smoke ventilation systems, and, Provision of Emergency Lighting services in residential housing            
      Reference number: CPT2510

      II.1.2) Main CPV code:
         51700000 - Installation services of fire protection equipment.
            FB08-8 - For fire protection


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The aim of the procurement exercise is to select a single service provider who can provide a scalable solution for the Servicing and maintenance of fire alarms and automatic smoke ventilation systems, and, the provision, testing, servicing and maintenance of emergency lighting services in residential housing blocks.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,200,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            31625100 - Fire-detection systems.
               FB08-8 - For fire protection


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single service provider for the provision and delivery of servicing and maintenance of fire alarms and automatic smoke ventilation systems and the provision of emergency lighting services in residential housing blocks. It is envisaged that the contractor will provide a, scalable solution to allow for an increase in requirement over the term of the contract regarding additional regulatory standards and sites.

      II.2.5) Award criteria:
       Not Provided

      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
         

      II.2.14) Additional information: https://www.deltaesourcing.com/respond/XBD378Y94P


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 155-380448
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: CPT2510    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Millwood Servicing Ltd, 02840052
             Sutton Business Park, Restmor Way, Wallington, SM6 7AH, United Kingdom
             Tel. +44 2086690080, Email: arif.hasan@millwood.co.uk
             NUTS Code: UKI34
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=562495199

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Cabinet Office
          Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is
communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102)
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action.
Any such action must be brought within the applicable limitation period. Where a contract has not been entered into,
the court may order the setting aside of the award decision or order the authorities to amend any document and may
award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract
be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set
aside the award decision before the contract is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 21/01/2021




View any Notice Addenda

View Award Notice