Awarded contract

Testing of Electrical Installations and Remedial Works Boroughwide

  • London Borough of Wandsworth

F03: Contract award notice

Notice reference: 2021/S 000-005182

Published 15 March 2021, 12:32pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Email

eric.desveaux@richmondandwandsworth.gov.uk

Telephone

+44 2088715079

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.delta-esourcing.com/tenders/response/8TZXW75X22

Buyer's address

https://www.wandsworth.gov.uk

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

Testing of Electrical Installations and Remedial Works Boroughwide

Reference number

2260

two.1.2) Main CPV code

  • 45311000 - Electrical wiring and fitting work

two.1.3) Type of contract

Works

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £21,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45311100 - Electrical wiring work
  • 45310000 - Electrical installation work
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.11) Information about options

Options: No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 127-312032


Section five. Award of contract

Contract No

2260

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 5

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

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Smith and Byford Ltd

St George House, Station Approach, Cheam

Surrey

SM2 7AT

Email

customercare@smithandbyford.com

Telephone

+44 2086431080

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
National registration number

01074356

Internet address

http://www.smithandbyford.com/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £21,000,000

Total value of the contract/lot: £21,000,000


Section six. Complementary information

six.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

GO Reference: GO-2021315-PRO-17931476

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.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.