Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
B Block South, Civic Centre
Enfield
EN1 3ES
Contact
echelon Consultancy
enfield@echelonconsultancy.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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