Opportunity

Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney

  • London Borough of Wandsworth

F02: Contract notice

Notice reference: 2021/S 000-023926

Published 27 September 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Email

Eric.Desveaux@richmondandwandsworth.gov.uk

Telephone

+44 2088716000

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.wandsworth.gov.uk/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-electrical-building-installations./538V8TB7K2

Additional information can be obtained from the above-mentioned address

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Reactive Maintenance of Door Entry Systems across Battersea, Tooting and Putney

Reference number

2686

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

This Contract is for the inspection and maintenance of door entry systems serving domestic tenanted and leasehold dwellings in the three areas (across two Lots) of the London Borough of Wandsworth. The Contracts provide for the maintenance of door entry systems serving approximately 241 blocks in the Battersea area, approximately 311 blocks in the Putney area and approximately 172 blocks in the Tooting area of the borough, although these numbers are subject to change during the Contract term when new systems are added in or where they are temporarily suspended during works of refurbishment. The Service includes the requirement to carry out reactive maintenance and carry out any necessary repairs identified as a result of the Council’s Estate Services inspections and resident notifications of breakdowns.

two.1.5) Estimated total value

Value excluding VAT: £2,350,000

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: 1

two.2) Description

two.2.1) Title

Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Battersea

Lot No

1

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment
  • 51100000 - Installation services of electrical and mechanical equipment
  • 42961100 - Access control system

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

Lot 1 covers the Battersea area.

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: £1,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Up to two years

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/538V8TB7K2

two.2) Description

two.2.1) Title

Reactive Maintenance of Door Entry Systems in Domestic Dwellings in Tooting and Putney

Lot No

2

two.2.2) Additional CPV code(s)

  • 51100000 - Installation services of electrical and mechanical equipment
  • 42961100 - Access control system
  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

This Lot covers services in Tooting and Putney

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: £1,350,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Up to two years

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.1.8) 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

3 November 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

3 November 2021

Local time

12:00pm

Place

Wandsworth


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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-electrical-building-installations./538V8TB7K2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/538V8TB7K2

GO Reference: GO-2021927-PRO-18975461

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall, Westminster

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authorities to amend any document and may award damages.

If the contract has been entered into the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set aside the award decision before the contract is entered into.

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

Cabinet Office

70 Whitehall, Westminster

London

SW1A 2AS

Country

United Kingdom