London Boroughs of Richmond and Wandsworth: Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney

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

Notice Summary
Title: Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: This Contract is for the inspection and maintenance of door entry systems serving domestic tenanted and leasehold dwellings in the three areas (across two Lots) of the London Borough of Wandsworth. The Contracts provide for the maintenance of door entry systems serving approximately 241 blocks in the Battersea area, approximately 311 blocks in the Putney area and approximately 172 blocks in the Tooting area of the borough, although these numbers are subject to change during the Contract term when new systems are added in or where they are temporarily suspended during works of refurbishment. The Service includes the requirement to carry out reactive maintenance and carry out any necessary repairs identified as a result of the Council’s Estate Services inspections and resident notifications of breakdowns.
Published: 27/09/2021 10:14
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: Repair and maintenance services of electrical building installations.
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 2088716000, Email: Eric.Desveaux@richmondandwandsworth.gov.uk
             Main Address: 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.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:-Repair-and-maintenance-services-of-electrical-building-installations./538V8TB7K2
      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: Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney       
      Reference Number: 2686
      II.1.2) Main CPV Code:
      50711000 - Repair and maintenance services of electrical building installations.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This Contract is for the inspection and maintenance of door entry systems serving domestic tenanted and leasehold dwellings in the three areas (across two Lots) of the London Borough of Wandsworth. The Contracts provide for the maintenance of door entry systems serving approximately 241 blocks in the Battersea area, approximately 311 blocks in the Putney area and approximately 172 blocks in the Tooting area of the borough, although these numbers are subject to change during the Contract term when new systems are added in or where they are temporarily suspended during works of refurbishment. The Service includes the requirement to carry out reactive maintenance and carry out any necessary repairs identified as a result of the Council’s Estate Services inspections and resident notifications of breakdowns.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 1
      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: Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Battersea       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      35100000 - Emergency and security equipment.
      51100000 - Installation services of electrical and mechanical equipment.
      42961100 - Access control system.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: Lot 1 covers the Battersea area.
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Up to two years
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/538V8TB7K2       
II.2) Description Lot No. 2
      
      II.2.1) Title: Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Tooting and Putney       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      51100000 - Installation services of electrical and mechanical equipment.
      42961100 - Access control system.
      35100000 - Emergency and security equipment.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: This Lot covers services in Tooting and Putney
      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: 1,350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Up to two years
      
      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: 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:          
      Not Provided       
      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: 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: 03/11/2021 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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/11/2021
         Time: 12:00
         Place:
         Wandsworth
      

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:-Repair-and-maintenance-services-of-electrical-building-installations./538V8TB7K2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/538V8TB7K2
   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, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council 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 authorities 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 authority 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, Westminster, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 27/09/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Repair and maintenance services of electrical building installations.

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 2088716000, Email: nicola.steggles@richmondandwandsworth.gov.uk
       Main Address: 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: Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney            
      Reference number: 2686

      II.1.2) Main CPV code:
         50711000 - Repair and maintenance services of electrical building installations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: CONTRACT AWARD NOTICE: This Contract is for the inspection and maintenance of door entry systems serving domestic tenanted and leasehold dwellings in the three areas (across two Lots) of the London Borough of Wandsworth. The Contracts provide for the maintenance of door entry systems serving approximately 241 blocks in the Battersea area, approximately 311 blocks in the Putney area and approximately 172 blocks in the Tooting area of the borough, although these numbers are subject to change during the Contract term when new systems are added in or where they are temporarily suspended during works of refurbishment. The Service includes the requirement to carry out reactive maintenance and carry out any necessary repairs identified as a result of the Council’s Estate Services inspections and resident notifications of breakdowns.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Battersea   
      Lot No:1

      II.2.2) Additional CPV code(s):
            35100000 - Emergency and security equipment.
            51100000 - Installation services of electrical and mechanical equipment.
            42961100 - Access control system.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: Lot 1 covers the Battersea area.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 30
                  
      Cost criterion - Name: 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

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Tooting and Putney   
      Lot No:2

      II.2.2) Additional CPV code(s):
            51100000 - Installation services of electrical and mechanical equipment.
            42961100 - Access control system.
            35100000 - Emergency and security equipment.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: This Lot covers services in Tooting and Putney

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 30
                  
      Cost criterion - Name: 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: 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: 2021/S 000-023926
      
   

   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: 2686 - Lot 1    
   Lot Number: 1    
   Title: Reactive Maintenance of Door Entry Systems - Battersea

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Certus Security LLP, OC341296
             1 st fl, East Barn, Westwood Farm,, Highcross Road,, Southfleet, Kent,, DA13 9PH, United Kingdom
             NUTS Code: UKI34
            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: Not Provided          
         Total value of the contract/lot: 858,130
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2686 - Lot 2    
   Lot Number: 2    
   Title: Door entry maintenance - Tooting & Putney

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             DSSL Group Ltd, 06993052
             The Old Granary, Dunton Road,, Laindon, Essex,, SS15 4DB, United Kingdom
             NUTS Code: UKI34
            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: Not Provided          
         Total value of the contract/lot: 1,328,712
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: THIS IS A CONTRACT AWARD NOTICE. (Tender applications are closed.)
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663709185

   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, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council 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 authorities 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 authority 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
          Cabinet Office
          70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 29/06/2022