Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Ealing Council
226670070
Third Floor, 14-16 Uxbridge Road
London
W5 2HL
UK
Contact person: Shelley Wood
Telephone: +44 7342933523
E-mail: shelley.wood@lumensol.co.uk
NUTS: UKI
Internet address(es)
Main address: http://www.ealing.gov.uk
Address of the buyer profile: https://www.ealing.gov.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ealinglbc-atamis.my.site.com/login
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
M&E Capital Works
Reference number: L153 / 232549HE
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
London Borough of Ealing is looking to procure a suitable provider to deliver communal mechanical and electrical capital 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.
II.1.5) Estimated total value
Value excluding VAT:
185 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45453100
50710000
50720000
50712000
45350000
45351000
45310000
51700000
50720000
51100000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
London Borough of Ealing
II.2.4) Description of the procurement
London Borough of Ealing are seeking expressions of interest from suitably skilled and experienced suppliers to deliver M&E Capital Works.<br/>The services required by this contract include delivery of capital replacements to the following system types; Automatic gates and barriers, Car park equipment, CCTV, Cold water tanks – communal and domestic, Door entry, Doors – automatic, Electrical - capitalised remedial actions, Extract Systems, Fire - CO alarms – communal and dwellings, Fire - dry risers, Fire - emergency lighting, Fire - fire alarms, Fire - heat detectors – communal and dwellings, Fire - smoke alarms – communal and dwellings, Fire - smoke vents and AOV, Fire - sprinklers – communal and domestic, Fire - wet risers, Heating - air source heat pump, Heating - combined heat and power systems – communal and domestic, Heating - electric boilers – domestic, Heating - gas boilers – communal, district and domestic, Heating - ground source heat pump, Heating - heat recovery units, Heating - solid fuel boilers – domestic, Legionella – works, Lightning conductors, Mansafe systems, Plumbing, Pumps, Security systems – communal and domestic, Septic tanks, Shutters – electric and manual, Solar/PV, TV aerial systems – communal and domestic, Warden call, White goods – communal and domestic. The Contractor will assist Ealing in identifying, systems for replacement, and engaging on development of the solution.<br/>The successful provider will enter into contract with Ealing utilising a bespoke contract based on PSDS for an initial term of 5 years, with a maximum optional extension of 5 years. Each project will utilise a JCT D&B contract.<br/>Ealing are following the Open procurement procedure in accordance with the Public Contracts Register 2015.<br/>Full information can be found in the attached tender documentation
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
185 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
List and brief description of conditions: All operational, supervisory and management staff, including subcontractors, utilised on the Contract are to be certified under CSCS<br/>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:<br/>a) Gas Safe Registration<br/>b) Microgeneration Certification Scheme certification or equivalent competence (MCS)<br/>c) National Inspection Council for Electrical Installation Contracting (NICEIC)<br/>d) Electrical Contractors Association (ECA)<br/>e) British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation<br/>f) Safe use of ladders and stepladders<br/>g) Health and safety<br/>h) FIRAS/ BMTrada/ QMARK<br/>i) Asbestos Awareness<br/>j) Confined Space<br/>k) Fire Risk and Evacuations Procedures<br/>l) International Powered Access Federation (IPAF) Qualification<br/>m) Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in accompanying tender documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
18/10/2024
Local time: 12:00
Place:
London Borough of Ealing Offices
Information about authorised persons and opening procedure:
Authorised Commercial Hub Representative
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 it's 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.<br/>Ealing anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 do not apply to this Contract.
VI.4) Procedures for review
VI.4.1) Review body
London Borough of Ealing
14-16 Uxbridge Road, London
Ealing
W5 2HL
UK
E-mail: procurement@ealing.gov.uk
Internet address(es)
URL: www.ealing.gov.uk
VI.4.2) Body responsible for mediation procedures
Royal Court of Justice
Strand
London
WC2A 2LL
UK
E-mail: procurement@ealing.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
VI.4.4) Service from which information about the review procedure may be obtained
London Borough of Ealing
14-16 Uxbridge Road, London
Ealing
W5 2HL
UK
E-mail: procurement@ealing.gov.uk
Internet address(es)
URL: www.ealing.gov.uk
VI.5) Date of dispatch of this notice
12/09/2024