Contract notice

Information

Published

Date of dispatch of this notice: 08/01/2018

Expire date: 07/03/2018

External Reference: 2018-914985

TED Reference: 2018/S 006-009388

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire and Emergency Planning Authority
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: KBR Procurement
Telephone: +44 1372862451
NUTS code:  UKI -  LONDON
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=21836&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provision of Building Fabric Maintenance Services
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This service consists of PPM (including legal inspections), Reactive Works, a reactive call out service and repair and replacement works (including temporary solutions prior to full fix) to the following:
• Roofs and gutters
• Balconies and canopies
• Walls and fences
• Driveways and yards
• Windows
• Doors (not including appliance bay doors)
• Internal floor coverings and carpets
• Locks
• Deep lift pit and interceptor cleaning
• Eyebolts and fall arrest equipment
• External drainage
• Pontoon fabric
• Drop down beds
• Radio mast inspections
II.1.5)

Estimated total value

Value excluding VAT: 3125000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45340000  -  Fencing, railing and safety equipment installation work
45342000  -  Erection of fencing
45400000  -  Building completion work
45410000  -  Plastering work
45420000  -  Joinery and carpentry installation work
45421000  -  Joinery work
45430000  -  Floor and wall covering work
45431000  -  Tiling work
45431100  -  Floor-tiling work
45431200  -  Wall-tiling work
45432000  -  Floor-laying and covering, wall-covering and wall-papering work
45432100  -  Floor laying and covering work
45432110  -  Floor-laying work
45432111  -  Laying work of flexible floor coverings
45432112  -  Laying of paving
45432113  -  Parquet flooring
45432114  -  Wood flooring work
45432120  -  False floor installation work
45432200  -  Wall-covering and wall-papering work
45432210  -  Wall-covering work
45432220  -  Wall-papering work
45440000  -  Painting and glazing work
45441000  -  Glazing work
45442000  -  Application work of protective coatings
45442100  -  Painting work
45442110  -  Painting work of buildings
45442120  -  Painting and protective-coating work of structures
45442121  -  Painting work of structures
45442180  -  Repainting work
45442190  -  Paint-stripping work
45442200  -  Application work of anti-corrosive coatings
45442300  -  Surface-protection work
45443000  -  Facade work
45450000  -  Other building completion work
45451000  -  Decoration work
45451100  -  Ornamentation fitting work
45451200  -  Panelling work
45452000  -  Exterior cleaning work for buildings
45452100  -  Blast cleaning work for building exteriors
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454000  -  Restructuring work
45454100  -  Restoration work
50511000  -  Repair and maintenance services of pumps
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Maninland UK London and Greater London
II.2.4)

Description of the procurement

4.2 This service consists of PPM (including legal inspections), Reactive Works, a reactive call out service and repair and replacement works (including temporary solutions prior to full fix) to the following:
• Roofs and gutters
• Balconies and canopies
• Walls and fences
• Driveways and yards
• Windows
• Doors (not including appliance bay doors)
• Internal floor coverings and carpets
• Locks
• Deep lift pit and interceptor cleaning
• Eyebolts and fall arrest equipment
• External drainage
• Pontoon fabric
• Drop down beds
• Radio mast inspections
This is a high level summary only and the Contractor must refer to the Asset Register at Appendix 2 and Job Plans in Appendix 3 for the full scope of Works.
This Specification of Requirements covers the provision of the Planned and Reactive Works on a 24 hours, 7 days a week, 365 days a year basis to the Contract Area.
The Contractor shall provide sufficient resources and materials to ensure full delivery of the Works as detailed in this Specification of Requirements to the required standard. This includes provision of a service desk and management structure to oversee the delivery of the Works.
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: 3125000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
To extend the 36 month term of this contract by up to two 12 month periods at the sole discretion of the Authority.
Number of possible renewal's 2.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The contract value for this Lot may be subject to variation from the estimated value above at contract award and during the subsequent contract term.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 133-272143
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/03/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  02/03/2018
Local time:  12:00
Place:  
Tenders will be opened via the e tendering portal by the Integrator
Information about authorised persons and opening procedure:  
Tenders will be opened by an authorised member of staff via the e tendering portal

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.4)

Procedures for review

VI.4.1)

Review body

London Fire Brigade
Union Street
London
SE1 0LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadlines for review can be found by emailing the London Fire Brigade email address.