Section one: Contracting authority
one.1) Name and addresses
London Borough of Waltham Forest
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
Contact
Kamilla Krajniak
procurement@walthamforest.gov.uk
Telephone
+44 2084963000
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
http://www.walthamforest.gov.uk/
Buyer's address
http://www.walthamforest.gov.uk/
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/Home/About
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
DN551359
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Waltham Forest Services Ltd (WFS), a private company wholly owned by Waltham Forest Council, are seeking to set up a framework of suppliers to carry out repairs in residential and commercial properties, as well as outdoor spaces, including parks and land owned by the Council. There framework will be split into lots as follows: Lot 1General Repairs Lot 2 Energy Improvement Measure Installers.
two.1.5) Estimated total value
Value excluding VAT: £6,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1General Repairs
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
Main site or place of performance
London Borough of Waltham Forest
two.2.4) Description of the procurement
Responsive repairs i.e. day to day repairs that need a quick response time, statutory compliance checks and certification, mechanical and electrical works, routine servicing and bringing vacant (void) properties to a lettable standard, therefore the following is included:
• Refurbishment of dwellings
• Painting and decorating
• Carpentry
• Damp proofing
• Glazing repairs and replacements
• Works to structural and communal areas
• Brickwork
• Plastering
• Plumbing
• Roofing
• Ad hoc renewal of components
• Remedying vandalism, malicious damage or negligence
• Portable Appliance Testing (PAT)
• Gas Safety Checks
• Electrical Safety Checks
• Energy Performance Certification
• Domestic Gas Systems
• Mains Operated Smoke Detectors
• Fire Alarm Systems
• Internal Drains
This is not an exhaustive list and there could be general repair/building requirements which fall outside of the above list.
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: £2,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 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)
- 45000000 - Construction work
- 45200000 - Works for complete or part construction and civil engineering work
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
Main site or place of performance
London Borough of Waltham Forest
two.2.4) Description of the procurement
Energy improvement measures, including but not limited to:
• External Wall Insulation
• Internal Wall Insulation
• Underfloor Insulation
• Loft Insulation
• Double Glazing Windows
• Draft excluders.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
23 July 2021
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 July 2021
Local time
12:00pm
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
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR
London
EC4Y 1EU
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
London
SW1A 2AS
Country
United Kingdom