London Boroughs of Richmond and Wandsworth: Building Maintenance Services (7 Lots)

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Building Maintenance Services (7 Lots)
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Restricted
Short Description: Wandsworth Borough Council and The London Borough of Richmond upon Thames are inviting tenders from suitably experienced and competent suppliers for the provision of building maintenance services comprising building maintenance and repairs; Air Conditioning; Heating Plant; Electrical repairs and materials; Water Hygiene Management; Fire/Smoke alarm systems; Lifts and Hoists.
Published: 10/05/2018 12:12
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Wandsworth Borough Council
             Town Hall, Wandsworth High Street, Wandsworth, London, SW18 2PU, United Kingdom
             Tel. +44 2088716114, Email: vkuijpers@richmondandwandsworth.gov.uk
             Contact: Valerie Kuijpers
             Main Address: https://www.wandsworth.gov.uk, Address of the buyer profile: https://www.delta-esourcing.com
             NUTS Code: UKI34
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./2J5APKGW3V
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Building Maintenance Services (7 Lots)       
      Reference Number: CPT2036
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Wandsworth Borough Council and The London Borough of Richmond upon Thames are inviting tenders from suitably experienced and competent suppliers for the provision of building maintenance services comprising building maintenance and repairs; Air Conditioning; Heating Plant; Electrical repairs and materials; Water Hygiene Management; Fire/Smoke alarm systems; Lifts and Hoists.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,437,500       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Building Fabric Maintenance and Repair Service including building Fabric Materials and Supplies;       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall provide a professionally managed building fabric repairs service, described more fully at Lot 1 of the Specification in Volume 2, in relation to the Councils sites/properties detailed in Schedules A and B of Lot 1, Volume 2.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 6,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documents which have been uploaded to the Delta portal.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Service and Maintenance Provision for the Planned, Preventative Maintenance of Air Conditioning Equipment;       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      71315410 - Inspection of ventilation system.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall provide an Air Conditioning Planned, Preventative, Maintenance (PPM) service to maintain ventilation, comfort cooling and air conditioning systems in relation to the Councils sites/properties detailed in Schedules A (London Borough of Richmond upon Thames) and B (Wandsworth Borough Council) of Lot 2, Volume 2.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 770,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documents which have been uploaded to the Delta Portal.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: A Periodic PPM Servicing and Inspection Service of Heating Plant;       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      50720000 - Repair and maintenance services of central heating.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall provide a Planned Periodic Servicing and Breakdown Maintenance (PPM) service of oil and gas fired primary heating plant at sites listed at Schedules A (Richmond upon Thames) and B (Wandsworth) of Lot 3, Volume 2.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 721,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documents which have been uploaded to the Delta Portal.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Provision of a comprehensive inspecting, testing and planned maintenance service of the emergency lighting, fixed wire circuits and the provision of a Portable Appliance Testing (PAT) programme.       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall carry out the following services in relation to the Councils sites/properties detailed in Schedules A and B of Lot 4, Volume 2.
The Services are described more fully in the Lot 4 Specification, Volume 2.
The Service comprises the following:
Portable Electrical Appliance Testing programme; the provision of a full programmed schedule of visits to undertake the inspection and testing of all portable appliances on each site.

Emergency Light Testing; minimum duration 3 hrs.

Emergency Lighting Battery Backup Systems; annual maintenance and testing.

Periodic Servicing; which shall comprise the periodic inspection and testing of 100% of all electrical installations and submission of full detailed Electrical Installation Condition Reports.

Call Out Services; the provision of service between 8.00am and 5.00pm Monday to Friday inclusive, excluding Bank Holidays.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,075,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documentation which has been uploaded to the Delta portal.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Provision of a water hygiene management and planned maintenance service       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      65120000 - Operation of a water-purification plant.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall provide a water hygiene management service in accordance with the revised Approved code of Practice for the Control of Legionella (ACOP L8) to the Councils sites/properties detailed in Schedules A and B of Lot 5, Volume 2.
The Services are described more fully in the Lot 5 Specification, Volume 2.
The Service comprises periodic maintenance and includes:
Periodic Servicing, Maintenance, Testing and Inspection; of each system to ensure ACOP L8 compliance.
Annual Water Risk Assessment Survey and Written Scheme of control; for each property to ascertain the possible risk of Legionellosis and legionnaires disease in the Councils’ hot and cold-water systems and compliance with ACOP L8.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 409,500       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documents which have been uploaded to the Delta Portal
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Planned Maintenance and Service of Smoke/Fire Detection and Alarm systems.       
      Lot No: Lot 6       
      II.2.2) Additional CPV codes:
      50413200 - Repair and maintenance services of firefighting equipment.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The Contractor shall provide a planned maintenance service to Smoke/Fire Detection and Alarm systems at the Councils properties listed in Schedules A and B of Lot 6, Volume 2 in accordance with the requirement of BS 5839-1:2017 and will adopt any updates to these standards, and all associated Codes of Practice, that may arise during the term of the contract.
The Service shall include:
Periodic PPM inspection and testing; of Fire Alarm Systems and related equipment, including annual battery replacement of fire alarms.

Remedial repairs to be completed concurrently with PPM and prior to the next scheduled PPM date.

Repairs up to £250; excluding VAT to be completed with immediate effect, engineers shall carry a stock of suitable spares to cover minor repairs ensuring continued operation
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 861,000       
      Currency: HRK       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see procurement documents which have been uploaded to the Delta Portal.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: The provision of a Fully Comprehensive, Reactive and Planned, Preventative and Statutory Maintenance and Inspection of Lifts and Hoists services.       
      Lot No: Lot 7       
      II.2.2) Additional CPV codes:
      51511000 - Installation services of lifting and handling equipment, except lifts and escalators.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: Statutory maintenance and inspection of the lifts and hoists listed in Schedules A and B of Lot 7, Volume 2.
Emergency breakdown and repair cover for all lifts and hoists 24 hours a day, 365 days a year.
Routine Planned Preventative Maintenance Service for all lifts and hoists listed in the Schedules attached. The Schedules may change with additions or deletions during the term of the contract.

Insurance Reports; the contractor shall undertake any remedial works/recommendations/tests deemed necessary by the Insurance Inspector and arising from the Councils annual engineering insurance inspections.

Performance Related Maintenance; penalties will apply should a lift/hoist require 5 or more call-outs per annum, see Lot 7 specification for full details.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 476,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: As outlined in the procurement documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Please refer to the procurement documents for further information.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: Yes       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Please refer to uploaded procurement documents.    
      III.2.2) Contract performance conditions       
      Please refer to the procurement documentation.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      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        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/06/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/07/2018       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./2J5APKGW3V

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2J5APKGW3V
   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 contracts 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 lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 10/05/2018

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       London Borough of Richmond upon Thames
       Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Tel. +44 2088716114, Email: vkuijpers@richmondandwandsworth.gov.uk
       Contact: Valerie Kuijpers
       Main Address: http://www.richmond.co.uk, Address of the buyer profile: https://www.delta-esourcing.com
       NUTS Code: UKI75

View any Notice Addenda

View Award Notice