Tender

Internal Works

  • Perceval House

F02: Contract notice

Notice identifier: 2024/S 000-015270

Procurement identifier (OCID): ocds-h6vhtk-0417ec

Published 14 May 2024, 12:03pm



Section one: Contracting authority

one.1) Name and addresses

Perceval House

Third Floor, 14-16 Uxbridge Road

London

W5 2HL

Contact

Shelley Wood

Email

shelley.wood@lumensol.co.uk

Telephone

+44 7342933523

Country

United Kingdom

Region code

UKI - London

National registration number

226670070

Internet address(es)

Main address

http://www.ealing.gov.uk

Buyer's address

https://www.ealing.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ealinglbc-atamis.my.site.com/login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ealinglbc-atamis.my.site.com/login

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Internal Works

Reference number

L160 / 232551HE

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

London borough of Ealing is looking to procure a suitable provider to deliver internal works. The contract will be for an initial term of 5 years with optional extensions of a maximum further 5 years. The extensions may be any period up to the maximum 5 years.

two.1.5) Estimated total value

Value excluding VAT: £66,554,663

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work
  • 50000000 - Repair and maintenance services
  • 45330000 - Plumbing and sanitary works
  • 45211310 - Bathrooms construction work
  • 39141400 - Fitted kitchens
  • 45421151 - Installation of fitted kitchens
  • 44410000 - Articles for the bathroom and kitchen
  • 45420000 - Joinery and carpentry installation work
  • 45440000 - Painting and glazing work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 39141000 - Kitchen furniture and equipment
  • 39220000 - Kitchen equipment, household and domestic items and catering supplies
  • 39221000 - Kitchen equipment
  • 45332400 - Sanitary fixture installation work
  • 45311000 - Electrical wiring and fitting work
  • 45442100 - Painting work
  • 45430000 - Floor and wall covering work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London Borough of Ealing

two.2.4) Description of the procurement

London Borough of Ealing are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Internal Works.
The services required by this contract mainly comprise delivery of capital installations and replacements to the following components within Ealing’s properties: Bathrooms, Kitchens, Wetrooms and Aids and adaptations.
The Contractor will assist Ealing in identifying, systems for replacement, and engaging on development of the solution.
The successful provider will enter into contract with Ealing utilising a JCT Measured Term Contract for an initial term of 5 years, with a maximum optional extension of 5 years.
Ealing are following the Open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.

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: £66,554,663

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

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: Yes

Description of options

The initial term is 60 months with an option for extension of term for additional 60 months in any form e.g. 12+12+36, 24+12+24.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS
The following list of qualifications is provided to give an indication of the training that operatives of the Contractor may require to enable completion of the Tasks under this Contract. This list is not intended to be exhaustive and it is the Contractor’s responsibility to ensure that its Workforce has the relevant training to complete their role:
a) Gas Safe Registration
b) Microgeneration Certification Scheme certification or equivalent competence (MCS)
c) National Inspection Council for Electrical Installation Contracting (NICEIC)
d) Electrical Contractors Association (ECA)
e) British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
f) Safe use of ladders and stepladders
g) Health and safety
h) FIRAS/ BMTrada/ QMARK
i) Asbestos Awareness
j) Confined Space
k) Fire Risk and Evacuations Procedures
l) International Powered Access Federation (IPAF) Qualification
m) Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in accompanying tender documents


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033502

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 June 2024

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 June 2024

Local time

12:00pm

Place

Ealing Offices

Information about authorised persons and opening procedure

Tender will be by opened at Ealing Offices electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Ealing reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. Ealing shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with Ealing shall be incurred entirely at that applicant's/tenderer's risk.
Ealing anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 do not apply to this Contract.

six.4) Procedures for review

six.4.1) Review body

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

www.ealing.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand

London

WC2A 2LL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.4) Service from which information about the review procedure may be obtained

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

www.ealing.gov.uk