London Boroughs of Richmond and Wandsworth: The Provision of Lightning Protection Services and Remedial Works

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

Notice Summary
Title: The Provision of Lightning Protection Services and Remedial Works
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: Wandsworth Borough Council (the “Council”) is inviting tenders from suitably experienced and qualified contractors for the provision of the testing of lightning protection services to residential blocks, boroughwide. The Contract will be for a period of 5 years but subject to an extension or extensions of up to an aggregate of 2 further years at the absolute discretion of the Council.
Published: 03/03/2021 13:39

View Full Notice

UK-London: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Contact: Ishmam Choudhury
       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: The Provision of Lightning Protection Services and Remedial Works            
      Reference number: 2523

      II.1.2) Main CPV code:
         50710000 - Repair and maintenance services of electrical and mechanical building installations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Wandsworth Borough Council (the “Council”) is inviting tenders from suitably experienced and qualified contractors for the provision of the testing of lightning protection services to residential blocks, boroughwide.

The Contract will be for a period of 5 years but subject to an extension or extensions of up to an aggregate of 2 further years at the absolute discretion of the Council.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 660,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            31216100 - Lightning-protection equipment.
            31216200 - Lightning conductors.
            45312311 - Lightning-conductor installation work.
            31216000 - Lightning arrestors.
            71630000 - Technical inspection and testing services.
            71632000 - Technical testing services.
            50000000 - Repair and maintenance services.
            50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
            45312310 - Lightning-protection works.


      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 contract is for the provision of lightning protection services to residential tenanted dwellings and sheltered properties, boroughwide for Wandsworth Borough Council (the “Service”). The service covers the annual maintenance, testing and inspecting and the requirement to respond to urgent repairs of the existing lightning protection system where and when necessary. The details and list of properties on where the service shall take place are uploaded onto the delta portal.

The contract will be for a period of 5 years but subject to an extension or extensions of up to an aggregate of 2 further years at the absolute discretion of the Council.

      II.2.5) Award criteria:
      Quality criterion - Name: quality / Weighting: 20%
                  
      Cost criterion - Name: Price / Weighting: 80%
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contract will be for a period of 5 years but subject to an extension or extensions of up to an aggregate of 2 further years at the absolute discretion of the Council.

      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: Not Provided


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 153-375996
      
   

   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: Not Provided    
   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: 16/02/2021

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (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: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Central High Rise Limited, 01786590
             Central House, Thoresby Avenue, Nottingham, NG2 3G, United Kingdom
             Tel. +44 1159587637, Email: robert.taylor@centralhighrise.co.uk
             Internet address: https://centralhighrise.co.uk/
             NUTS Code: UKF14
            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: 660,000          
         Total value of the contract/lot: 635,516
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=575787617

   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
          70 Whitehall, London, SW1 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The council incorporated a minimum 10 calendar days standstill period at the point information on the award of the contracts was communicated to Tenderers. Applicants who are unsuccessful were informed by the buyer as soon as possible after the decision had been made as to the reasons why the applicant was unsuccessful. The purpose of the standstill period referred to above was 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
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 03/03/2021




View any Notice Addenda

View Award Notice