Tender

Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures

  • London Borough of Waltham Forest

F02: Contract notice

Notice identifier: 2022/S 000-008278

Procurement identifier (OCID): ocds-h6vhtk-0326f0

Published 28 March 2022, 1:08pm



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

Email

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

https://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Procurer/Advert/View?advertId=0a35a614-89ae-ec11-8113-005056b64545&fromAdvertEvent=True

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