Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

M&E Capital Works

  • First published: 15 September 2024
  • Last modified: 15 September 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-049a73
Published by:
London Borough of Ealing Council
Authority ID:
AA86089
Publication date:
15 September 2024
Deadline date:
18 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45310000 Electrical installation work Building installation work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51700000 Installation services of fire protection equipment Installation services (except software)
45351000 Mechanical engineering installation works Mechanical installations
45350000 Mechanical installations Building installation work
45453100 Refurbishment work Overhaul and refurbishment work
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
shelley.wood@lumensol.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.