Tender

M&E Capital Works

  • London Borough of Ealing Council

F02: Contract notice

Notice identifier: 2025/S 000-002437

Procurement identifier (OCID): ocds-h6vhtk-049a73

Published 23 January 2025, 4:50pm



The closing date and time has been changed to:

7 March 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing Council

14-16 Uxbridge Road

London

W5 2HL

Contact

Shelley Wood

Email

shelley.wood@lumensol.co.uk

Telephone

+44 7342933523

Country

United Kingdom

Region code

UKI73 - Ealing

National registration number

226 6700 70

Internet address(es)

Main address

http://www.ealing.gov.uk

Buyer's address

https://www.ealing.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ealinglbc-atamis.my.site.com/login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ealinglbc-atamis.my.site.com/login

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

M&E Capital Works

Reference number

L153 / 232549/1HE

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

London Borough of Ealing is looking to procure a suitable provider to deliver communal mechanical and electrical capital works. The contract will be for an initial term of 5 years with optional extensions of a maximum further 5 years. The extensions may be any period up to the maximum 5 years. The stock is divided into two Lots regionally as outlined in the stock list included in the tender pack.

two.1.5) Estimated total value

Value excluding VAT: £185,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45351000 - Mechanical engineering installation works
  • 45453100 - Refurbishment work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 45350000 - Mechanical installations
  • 45310000 - Electrical installation work
  • 51700000 - Installation services of fire protection equipment
  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London Borough of Ealing

two.2.4) Description of the procurement

The services required by this contract include delivery of capital replacements to the following system types; Automatic gates and barriers, Car park equipment, CCTV, Cold water tanks – communal and domestic, Door entry, Doors – automatic, Electrical - capitalised remedial actions, Extract Systems, Fire - CO alarms – communal and dwellings, Fire - dry risers, Fire - emergency lighting, Fire - fire alarms, Fire - heat detectors – communal and dwellings, Fire - smoke alarms – communal and dwellings, Fire - smoke vents and AOV, Fire - sprinklers – communal and domestic, Fire - wet risers, Heating - air source heat pump, Heating - combined heat and power systems – communal and domestic, Heating - electric boilers – domestic, Heating - gas boilers – communal, district and domestic, Heating - ground source heat pump, Heating - heat recovery units, Heating - solid fuel boilers – domestic, Legionella – works, Lightning conductors, Mansafe systems, Plumbing, Pumps, Security systems – communal and domestic, Septic tanks, Shutters – electric and manual, Solar/PV, TV aerial systems – communal and domestic, Warden call, White goods – communal and domestic. The Contractor will assist Ealing in identifying, systems for replacement, and engaging on development of the solution.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £185,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term is 60 months with an option for extension of term for additional 60 months in any form e.g. 12+12+36, 24+12+24.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

List and brief description of conditions: All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS
The following list of qualifications is provided to give an indication of the training that operatives of the Contractor may require to enable completion of the Tasks under this Contract. This list is not intended to be exhaustive and it is the Contractor’s responsibility to ensure that its Workforce has the relevant training to complete their role:
a) Gas Safe Registration
b) Microgeneration Certification Scheme certification or equivalent competence (MCS)
c) National Inspection Council for Electrical Installation Contracting (NICEIC)
d) Electrical Contractors Association (ECA)
e) British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
f) Safe use of ladders and stepladders
g) Health and safety
h) FIRAS/ BMTrada/ QMARK
i) Asbestos Awareness
j) Confined Space
k) Fire Risk and Evacuations Procedures
l) International Powered Access Federation (IPAF) Qualification
m) Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification
III.1.2) Economic and financial standing:
Selection criteria as stated in the procurement documents
III.1.3) :Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract:
III.2.2) Contract performance conditions:
As detailed in accompanying tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in accompanying tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-029287

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

28 February 2025

Local time

12:00pm

Changed to:

Date

7 March 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 February 2025

Local time

12:00pm

Place

London Borough of Ealing Offices

Information about authorised persons and opening procedure

Authorised Commercial Hub Representative


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Ealing reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. Ealing shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with Ealing shall be incurred entirely at that applicant's/tenderer's risk.
Ealing anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 do not apply to this Contract.

six.4) Procedures for review

six.4.1) Review body

London Borough of Ealing Council

14-16 Uxbridge Road

London

W5 2HL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

http://www.ealing.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Court of Justice

The Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)

six.4.4) Service from which information about the review procedure may be obtained

London Borough of Ealing

14-16 Uxbridge Road, London

Ealing

W5 2HL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

www.ealing.gov.uk