Tender

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

  • London Borough of Waltham Forest

F02: Contract notice

Notice identifier: 2021/S 000-014370

Procurement identifier (OCID): ocds-h6vhtk-02bf95

Published 24 June 2021, 9:14am



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

Email

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