London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Testing of Electrical Installations and Remedial Works Boroughwide |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule. |
Published: | 30/06/2020 14:23 |
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 2088715079, Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com/tenders/response/8TZXW75X22, Address of the buyer profile: https://www.wandsworth.gov.uk
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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:-Electrical-wiring-and-fitting-work./8TZXW75X22
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Electrical-wiring-and-fitting-work./8TZXW75X22
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: Testing of Electrical Installations and Remedial Works Boroughwide
Reference Number: 2260
II.1.2) Main CPV Code:
45311000 - Electrical wiring and fitting work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule.
II.1.5) Estimated total value:
Value excluding VAT: 8,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45311100 - Electrical wiring work.
45310000 - Electrical installation work.
71314100 - Electrical services.
II.2.3) Place of performance:
UKI34 Wandsworth
II.2.4) Description of procurement: The provision of the service entails inspection and testing of Housing electrical installations across the borough include serving all Housing Sites and associated blocks, sub-building, offices, clubrooms, garages, store sheds and estates, including supplies to ancillary services such as boiler rooms and lift supplies. This is to be completed in accordance to British Standard (BS) 7671 and an Electrical Installation Condition Report (EICR) completed for each installation. Remedial works are required depending on the faults identified and their classification.
The Contractor will be required to complete EICR’s and supply supporting information as detailed in the draft specification including but not limited to additional reports with details of the installation, any failings, recommended remedial action, quotations and photographic evidence to support the reports.
Services will also include management of the housing stock testing schedule, updating and amending the schedule as required, and liaising with third-party service providers where and as necessary.
Remedial works are required depending on the faults identified and their classification.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 8,500,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Please refer to the Procurement documents for more information. Council reserves the right to Invite fewer tenderers if the minimum number of responses is not received.
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 use the following access code for Delta eProcurement: 8TZXW75X22
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: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please review the procurement documents for more information
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: 07/08/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/08/2020
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:-Electrical-wiring-and-fitting-work./8TZXW75X22
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8TZXW75X22
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
70 Whitehall, London, SW1 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Buyer will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Buyer as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant Buyer to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 30/06/2020
Annex A
View any Notice Addenda
UK-London: Electrical wiring and fitting work.
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 2088715079, Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com/tenders/response/8TZXW75X22, Address of the buyer profile: https://www.wandsworth.gov.uk
NUTS Code: UKI34
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Testing of Electrical Installations and Remedial Works Boroughwide Reference number: 2260
II.1.2) Main CPV code:
45311000 - Electrical wiring and fitting work.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 13/10/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 236643
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 30/06/2020
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.2.5)
Lot No: Not provided
Place of text to be modified: Award Criteria
Instead of: Criteria below
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
Read: Criteria below
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
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:-Electrical-wiring-and-fitting-work./8TZXW75X22
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8TZXW75X22
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 2088715079, Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.delta-esourcing.com/tenders/response/8TZXW75X22, Address of the buyer profile: https://www.wandsworth.gov.uk
NUTS Code: UKI34
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Testing of Electrical Installations and Remedial Works Boroughwide
Reference number: 2260
II.1.2) Main CPV code:
45311000 - Electrical wiring and fitting work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Testing of electrical installations across Wandsworth Council's housing stock with remedial repairs. This is based on a five-year testing schedule.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 21,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45311100 - Electrical wiring work.
45310000 - Electrical installation work.
71314100 - Electrical services.
II.2.3) Place of performance
Nuts code:
UKI34 - Wandsworth
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement: The provision of the service entails inspection and testing of Housing electrical installations across the borough include serving all Housing Sites and associated blocks, sub-building, offices, clubrooms, garages, store sheds and estates, including supplies to ancillary services such as boiler rooms and lift supplies. This is to be completed in accordance to British Standard (BS) 7671 and an Electrical Installation Condition Report (EICR) completed for each installation. Remedial works are required depending on the faults identified and their classification.
The Contractor will be required to complete EICR’s and supply supporting information as detailed in the draft specification including but not limited to additional reports with details of the installation, any failings, recommended remedial action, quotations and photographic evidence to support the reports.
Services will also include management of the housing stock testing schedule, updating and amending the schedule as required, and liaising with third-party service providers where and as necessary.
Remedial works are required depending on the faults identified and their classification.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 127-312032
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 2260
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/03/2021
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Smith and Byford Ltd, 01074356
St George House, Station Approach, Cheam, Surrey, SM2 7AT, United Kingdom
Tel. +44 2086431080, Email: customercare@smithandbyford.com
Internet address: http://www.smithandbyford.com/
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 21,000,000
Total value of the contract/lot: 21,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=578388775
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall, London, SW1 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Buyer will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the Buyer as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant Buyer to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/03/2021