Tender

LB Enfield Heating, Electrical, Fire Systems, Door Entry Systems and TV Aerials Servicing Contracts

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2021/S 000-025349

Procurement identifier (OCID): ocds-h6vhtk-02ea72

Published 11 October 2021, 1:35pm



The closing date and time has been changed to:

11 November 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

B Block South, Civic Centre

Enfield

EN1 3ES

Contact

echelon Consultancy

Email

enfield@echelonconsultancy.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.enfield.gov.uk/

Buyer's address

http://www.enfield.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

www.londontenders.org

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

LB Enfield Heating, Electrical, Fire Systems, Door Entry Systems and TV Aerials Servicing Contracts

Reference number

DN538928 (Ech 967)

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

LB Enfield is seeking expressions of interest from suitably qualified and experienced Contractors for the delivery of heating, electrical, fire system, door entry and TV aerial services and works under four Lots as follows:

•Lot 1a –Domestic and Commercial Heating Servicing and Maintenance and Electrical Testing (North Area)

•Lot 1b –Domestic and Commercial Heating Servicing and Maintenance and Electrical Testing (South Area)

•Lot 2 –Fire Alarm Testing and Maintenance

•Lot 3 –Door Entry Systems Testing, Servicing and Maintenance plus TV Services.

two.1.5) Estimated total value

Value excluding VAT: £22,856,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

No single bidder can be awarded Lot 1a and Lot 1b. No other Lot restrictions apply.

two.2) Description

two.2.1) Title

Lot 1a - Heating and Electrical Servicing and Maintenance Contract (North Area)

Lot No

1a

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works
  • 45259300 - Heating-plant repair and maintenance work
  • 45310000 - Electrical installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45421131 - Installation of doors
  • 45421148 - Installation of gates
  • 50324200 - Preventive maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50531100 - Repair and maintenance services of boilers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51700000 - Installation services of fire protection equipment
  • 71314100 - Electrical services
  • 71315410 - Inspection of ventilation system

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

London Borough of Enfield and surrounding areas as defined by the contracting authority.

two.2.4) Description of the procurement

Lot 1a is to deliver domestic and communal heating system and electrical systems servicing and maintenance, including servicing and maintenance of mechanical gates and, lightning protection systems and whole house ventilation systems, to dwellings in the North area of the borough.

This contract will be awarded under a JCT MTC (as amended) for a maximum of 8 years (5 + 1 + 1 + 1) to a single Contractor. No single Contractor may be awarded Lots 1a and 1b; no other Lot-award restrictions apply.

LB Enfield is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015 to procure the new Contracts. Under the first stage of the process, bidders are required to complete a Selection Questionnaire and its associated appendices.

Following evaluation of submitted SQs, LB Enfield anticipates shortlisting a maximum of 5 per Lot. However, LB Enfield reserves the right to increase that number per Lot if scores are closely placed around the cut-off point. Scores will be deemed closely placed if there is more than one Supplier ranked 5th or if the 6th or 7th ranked Supplier achieve a score that is within up to 10% of the 5th ranked Supplier.

Full details of the requirements and how to apply to participate are provided in the procurement and Tender documents, available to download from the London Tenders Portal.

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: £10,400,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial 5-year period with the option to extend to a maximum of 8 years in single year increments (5 + 1 + 1 + 1)

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

It is likely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract. Bidders are advised to seek their own advice regarding the implications of TUPE.

two.2) Description

two.2.1) Title

Lot 1b - Heating and Electrical Systems Servicing and Maintenance - South Area

Lot No

1b

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works
  • 45259300 - Heating-plant repair and maintenance work
  • 45310000 - Electrical installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45421131 - Installation of doors
  • 45421148 - Installation of gates
  • 50324200 - Preventive maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50531100 - Repair and maintenance services of boilers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51700000 - Installation services of fire protection equipment
  • 71314100 - Electrical services
  • 71315410 - Inspection of ventilation system

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

London Borough of Enfield and surrounding areas as defined by the contracting authority.

two.2.4) Description of the procurement

Lot 1b is to deliver domestic and communal heating system and electrical systems servicing and maintenance, including servicing and maintenance of mechanical gates and, lightning protection systems and whole house ventilation systems, to dwellings in the South area of the borough.

This contract will be awarded under a JCT MTC (as amended) for a maximum of 8 years (5 + 1 + 1 + 1) to a single Contractor. No single Contractor may be awarded Lots 1a and 1b; no other Lot-award restrictions apply.

LB Enfield is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015 to procure the new Contracts. Under the first stage of the process, bidders are required to complete a Selection Questionnaire and its associated appendices.

Following evaluation of submitted SQs, LB Enfield anticipates shortlisting a maximum of 5 per Lot. However, LB Enfield reserves the right to increase that number per Lot if scores are closely placed around the cut-off point. Scores will be deemed closely placed if there is more than one Supplier ranked 5th or if the 6th or 7th ranked Supplier achieve a score that is within up to 10% of the 5th ranked Supplier.

Full details of the requirements and how to apply to participate are provided in the procurement and Tender documents, available to download from the London Tenders Portal.

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: £10,400,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial 5-year period with the option to extend to a maximum of 8 years in single year increments (5 + 1 + 1 + 1)

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

It is likely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Contract. Bidders are advised to seek their own advice regarding the implications of TUPE.

two.2) Description

two.2.1) Title

Lot 2 - Fire Systems Servicing and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works
  • 45259300 - Heating-plant repair and maintenance work
  • 45310000 - Electrical installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45421131 - Installation of doors
  • 45421148 - Installation of gates
  • 50324200 - Preventive maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50531100 - Repair and maintenance services of boilers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51700000 - Installation services of fire protection equipment
  • 71314100 - Electrical services
  • 71315410 - Inspection of ventilation system

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

London Borough of Enfield and surrounding areas as defined by the contracting authority

two.2.4) Description of the procurement

Lot 2 is for the provision of servicing and maintenance to: fire alarms, risers, AOVs, AFWSS and other fire safety systems, to dwellings across the borough.

This Lot will be awarded under a JCT MTC (as amended) for a maximum of 8 years (5 + 1 + 1 + 1) to a single Contractor. No single Contractor may be awarded Lots 1a and 1b; no other Lot-award restrictions apply.

LB Enfield is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015 to procure the new Contracts. Under the first stage of the process, bidders are required to complete a Selection Questionnaire and its associated appendices.

Following evaluation of submitted SQs, LB Enfield anticipates shortlisting a maximum of 5 per Lot. However, LB Enfield reserves the right to increase that number per Lot if scores are closely placed around the cut-off point. Scores will be deemed closely placed if there is more than one Supplier ranked 5th or if the 6th or 7th ranked Supplier achieve a score that is within up to 10% of the 5th ranked Supplier.

Full details of the requirements and how to apply to participate are provided in the procurement and Tender documents, available to download from the London Tenders Portal.

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: £536,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial 5-year period with the option to extend to a maximum of 8 years in single year increments (5 + 1 + 1 + 1)

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 3 - Door Entry System and TV Aerials Servicing and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 45232141 - Heating works
  • 45259300 - Heating-plant repair and maintenance work
  • 45310000 - Electrical installation work
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45421131 - Installation of doors
  • 45421148 - Installation of gates
  • 50324200 - Preventive maintenance services
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50531100 - Repair and maintenance services of boilers
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 51700000 - Installation services of fire protection equipment
  • 71314100 - Electrical services
  • 71315410 - Inspection of ventilation system

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

London Borough of Enfield and surrounding areas

two.2.4) Description of the procurement

Lot 3 is for the provision of servicing and maintenance to: door entry systems and TV aerials, to dwellings across the borough.

This Lot will be awarded under a JCT MTC (as amended) for a maximum of 8 years (5 + 1 + 1 + 1) to a single Contractor. No single Contractor may be awarded Lots 1a and 1b; no other Lot-award restrictions apply.

LB Enfield is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015 to procure the new Contracts. Under the first stage of the process, bidders are required to complete a Selection Questionnaire and its associated appendices.

Following evaluation of submitted SQs, LB Enfield anticipates shortlisting a maximum of 5 per Lot. However, LB Enfield reserves the right to increase that number per Lot if scores are closely placed around the cut-off point. Scores will be deemed closely placed if there is more than one Supplier ranked 5th or if the 6th or 7th ranked Supplier achieve a score that is within up to 10% of the 5th ranked Supplier.

Full details of the requirements and how to apply to participate are provided in the procurement and Tender documents, available to download from the London Tenders Portal.

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: £1,520,000

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

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will run for an initial 5-year period with the option to extend to a maximum of 8 years in single year increments (5 + 1 + 1 + 1)

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Under the second stage of the procurement process, the Tender returns will, in part be evaluated on the basis of Tenderers’ approach to delivering social value. Further guidance will be provided in the detailed tender documentation. It is expected that social value outcomes will include, but may not be limited to, outcomes falling under the following themes:

• Promote Local Skills and Employment

• Supporting Growth of Responsible Regional Business

• Healthier, Safer and more Resilient Communities

• Decarbonising and safeguarding our world

• Promoting Social Innovation

The proportion of the evaluation attributed to social value will be as detailed in the Evaluation Criteria in the tender documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

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

Originally published as:

Date

10 November 2021

Local time

12:00pm

Changed to:

Date

11 November 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 November 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Contracts at any stage of the procurement process. The Contracting Authority also reserves the right not to award any or all of the Contracts. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contracts.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The London Borough of Enfield will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom