Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
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
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
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.