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
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