Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Room 100, Waltham Forest Town Hall, Forest Road
Walthamstow
E17 4JF
Contact
Ms Georgina Asumadu
Georgina.Asumadu@walthamforest.gov.uk
Telephone
+44 2084963000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.gov.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures
Reference number
DN604466
two.1.2) Main CPV code
- 50800000 - Miscellaneous repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
WFS are seeking to appoint a number of providers to the Framework. The lot and appointment structure will be as follows:
Lot 1 - General Repairs –
The service comprises of responsive repairs and general building works, including full property refurbishment of offices.
Lot 2 - Energy Improvement Measure Installers–
The service comprises installation of a range of energy improvement measures, including but not limited to:
• External Wall Insulation
• Internal Wall Insulation
• Underfloor Insulation
• Loft Insulation
• Double Glazing Windows
• Draft excluders
two.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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - General Repairs
Lot 2 - Energy Improvement Measure Installers
two.2) Description
two.2.1) Title
Lot 1 - General Repairs
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under Lot 1 WFS are seeking suppliers to carry out repairs where the service is at capacity and cannot take on the additional work or where there are no in-house skills available to carry out the works.
The works are in relation to council owned assets, which are principally commercial buildings, as well as outdoor spaces, including parks and land owned by the Council. There will be occasions were works are required to residential homes.
The woks will include Mechanical and Electrical Engineering, fabric and general maintenance repairs as well as statutory compliance checks (Gas Safe, NICEIC, EPC).
Under Lot 2, the specification also includes energy improvement measures such as external wall, internal wall and loft insulation works. It is acknowledged some items in the specification are specialised areas of work and to ensure suppliers who have the competencies to undertake some elements are not excluded, the contract is split into two lots.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £1,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Lot 2 - Energy Improvement Measure Installers
Lot No
2
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 Energy Improvement Measure Installers
The service comprises installation of a range of energy improvement measures, including but not limited to:
• External Wall Insulation
• Internal Wall Insulation
• Underfloor Insulation
• Loft Insulation
• Double Glazing Windows
• Draft excluders
The contract will primarily focus on carrying out energy efficiency improvement works on residential homes, the vast majority of which are terraced and occupied.
Homes requiring measures will have an EPC rating of D or below. The rating post installation must ensure it is improved to rating C or above.
All works must be carried out in accordance with fabric first principles.
Survey findings will be made available to the installer to help inform the following:
• Most suitable energy improvement measures
• Area of insulation required
• Type and condition of structure
• Services through the wall (flues etc)
• Evidence of damp and where there has been a damp course;
• If the damp course is defective
• Whether ventilation is adequate
• Access to the walls
Contractors must be PAS2035 and Trustmark accredited. All works must be carried out to PAS2035 standard as a minimum. Evidence of compliance with PAS2035 must be submitted by the supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance.
two.2.10) Information about variants
Variants will be accepted: No
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 April 2022
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 May 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom