London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Wandsworth and Richmond Assessment Point for Winter Warmth and Fuel Poverty Service |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service is to be delivered within the London Boroughs of Richmond upon Thames and Wandsworth. The service aims to address fuel poverty and contribute to reducing winter mortality (among people at risk from cold weather) as well as helping to improve the health and wellbeing of Richmond and Wandsworth residents accessing the service via a community action activity conversation. |
Published: | 09/09/2022 14:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 88917580, Email: T.Adelano@richmond.gov.uk
Main Address: www.wandsworth.gov.uk
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-and-related-services./7X233U54HQ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-and-social-work-services./7X233U54HQ 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: Wandsworth and Richmond Assessment Point for Winter Warmth and Fuel Poverty Service
Reference Number: Not provided
II.1.2) Main CPV Code:
71314000 - Energy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service is to be delivered within the London Boroughs of Richmond upon Thames and Wandsworth. The service aims to address fuel poverty and contribute to reducing winter mortality (among people at risk from cold weather) as well as helping to improve the health and wellbeing of Richmond and Wandsworth residents accessing the service via a community action activity conversation.
II.1.5) Estimated total value:
Value excluding VAT: 1,228,080
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71314000 - Energy and related services.
75200000 - Provision of services to the community.
II.2.3) Place of performance:
UKI34 Wandsworth
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The London Boroughs of Richmond upon Thames and Wandsworth is inviting tenders from suitably experienced and qualified Providers for the provision of Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service. The service is to be provided to eligible residents of both boroughs. The Contract will be for a period of three (3) years and four (4) months commencing on 01 December 2022. The Authorities may at their discretion extend the contract by a further period of 2 years.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 780,555
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 64
This contract is subject to renewal: No
Description of renewals: Not provided
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: 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
Identification of the project: Not provided
II.2.14) Additional information: Duration of the contract as set out in II.2.7 includes the discretionary option available to the Authorities to extend the initial term of the contract by a further period of two (2) years.
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:
Not Provided
III.1.2) Economic and financial standing
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
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: No
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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 OPEN
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
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: 10/10/2022 Time: 12:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 10/10/2022
Time: 12:05
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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:-Energy-and-related-services./7X233U54HQ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7X233U54HQ
VI.4) Procedures for review
VI.4.1) Review body:
High Court, Royal Courts of Justice
The Strand, London, WC1A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/09/2022
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
The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: taiwo.adelano@richmondandwandsworth.gov.uk
Main Address: www.richmond.gov.uk
NUTS Code: UKI75
View any Notice Addenda
UK-London: Energy and related services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 88917580, Email: T.Adelano@richmond.gov.uk
Main Address: https://www.wandsworth.gov.uk
NUTS Code: UKI34
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Wandsworth and Richmond Assessment Point for Winter Warmth and Fuel Poverty Service Reference number: Not Provided
II.1.2) Main CPV code:
71314000 - Energy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service is to be delivered within the London Boroughs of Richmond upon Thames and Wandsworth. The service aims to address fuel poverty and contribute to reducing winter mortality (among people at risk from cold weather) as well as helping to improve the health and wellbeing of Richmond and Wandsworth residents accessing the service via a community action activity conversation.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 12/09/2022
VI.6) Original notice reference:
Notice Reference: 2022 - 515139
Notice number in OJ S: 2022/S 000 - 025403
Date of dispatch of the original notice: 09/09/2022
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.5
Lot No: Not provided
Place of text to be modified: Estimated total value
Instead of: £1,228,080
Read: £780,555
VII.2) Other 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:-Energy-and-related-services./7X233U54HQ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7X233U54HQ
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
London Borough of Richmond upon Thames
The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: taiwo.adelano@richmondandwandsworth.gov.uk
Main Address: https://www.bipsolutions.com
NUTS Code: UKI75
View Award 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 88917580, Email: T.Adelano@richmond.gov.uk
Main Address: www.wandsworth.gov.uk
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.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: Wandsworth and Richmond Assessment Point for Winter Warmth and Fuel Poverty Service
Reference number: Not Provided
II.1.2) Main CPV code:
71314000 - Energy and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service is to be delivered within the London Boroughs of Richmond upon Thames and Wandsworth. The service aims to address fuel poverty and contribute to reducing winter mortality (among people at risk from cold weather) as well as helping to improve the health and wellbeing of Richmond and Wandsworth residents accessing the service via a community action activity conversation.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 780,555
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71314000 - Energy and related services.
75200000 - Provision of services to the community.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Wandsworth
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The London Boroughs of Richmond upon Thames and Wandsworth is inviting tenders from suitably experienced and qualified Providers for the provision of Wandsworth and Richmond Assessment Point (WRAP) for Winter Warmth and Fuel Poverty Service. The service is to be provided to eligible residents of both boroughs. The Contract will be for a period of three (3) years and four (4) months commencing on 01 December 2022. The Authorities may at their discretion extend the contract by a further period of 2 years.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Criterion 1 / 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: Duration of the contract as set out in II.2.7 includes the discretionary option available to the Authorities to extend the initial term of the contract by a further period of two (2) years.
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: 2022/S 000-025403
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: 29/12/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Thinking Works, 08062473
Suite 1110 Kemp House, 152 - 160 City Road, London, EC1V 2NX, United Kingdom
NUTS Code: UKI43
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: 780,555
Total value of the contract/lot: 743,736
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=770629546
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
The Strand, London, WC1A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 28/03/2023
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
London Borough of Richmond upon Thames
The Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: taiwo.adelano@richmondandwandsworth.gov.uk
Main Address: www.richmond.gov.uk
NUTS Code: UKI75