London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Testing of Electrical Installations and Remedial Works Boroughwide |
Notice type: | Contract Award Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule. |
Published: | 15/03/2021 10:18 |
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 2088715079, Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com/tenders/response/8TZXW75X22, 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: Testing of Electrical Installations and Remedial Works Boroughwide
Reference number: 2260
II.1.2) Main CPV code:
45311000 - Electrical wiring and fitting work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 21,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45311100 - Electrical wiring work.
45310000 - Electrical installation work.
71314100 - Electrical services.
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 provision of the service entails inspection and testing of Housing electrical installations across the borough include serving all Housing Sites and associated blocks, sub-building, offices, clubrooms, garages, store sheds and estates, including supplies to ancillary services such as boiler rooms and lift supplies. This is to be completed in accordance to British Standard (BS) 7671 and an Electrical Installation Condition Report (EICR) completed for each installation. Remedial works are required depending on the faults identified and their classification.
The Contractor will be required to complete EICR’s and supply supporting information as detailed in the draft specification including but not limited to additional reports with details of the installation, any failings, recommended remedial action, quotations and photographic evidence to support the reports.
Services will also include management of the housing stock testing schedule, updating and amending the schedule as required, and liaising with third-party service providers where and as necessary.
Remedial works are required depending on the faults identified and their classification.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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 127-312032
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: 2260
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: 12/03/2021
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Smith and Byford Ltd, 01074356
St George House, Station Approach, Cheam, Surrey, SM2 7AT, United Kingdom
Tel. +44 2086431080, Email: customercare@smithandbyford.com
Internet address: http://www.smithandbyford.com/
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 21,000,000
Total value of the contract/lot: 21,000,000
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=578388775
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 Buyer will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Buyer 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 Buyer 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 Buyer 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
Not Provided
VI.5) Date of dispatch of this notice: 15/03/2021