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 |
View Full Notice
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