Contract award notice

Information

Published

Date of dispatch of this notice: 19/12/2018

External Reference: 2018-591624

TED Reference: 2018/S 246-565305

Contract award notice

Contract award notice

Results of the procurement procedure

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
Internet address(es):
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

Mechanical Electrical and Plumbing Planned and Reactive Maintenance for Building Installations and Assets
Reference number:  PROC/6058/2017
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of planned and reactive mechanical, electrical and plumbing services. This contract consists of 3 Lots which are geographical North and South and Core Estate. Requirements covers the provision of the planned and reactive maintenance services on a 24 hours 7 days a week 365 days a year basis to the Authority’s Estate.
This service includes planned preventative maintenance, statutory inspections compliance testing, reactive works, reactive call out service and repair and replacement works.
In addition to the properties identified in the Building Services Matrix at Schedule 1, there may also be a requirement for the supplier to undertake reactive maintenance or minor works.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  7349137.00  GBP
II.2)

Description

II.2.1)

Title

The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintenance for Building Installations and Assets
Lot No:  1 Core Estate
II.2.2)

Additional CPV code(s)

44112000  -  Miscellaneous building structures
44115000  -  Building fittings
44115800  -  Building internal fittings
44220000  -  Builders' joinery
44230000  -  Builders' carpentry
45214800  -  Training facilities building
45262690  -  Refurbishment of run-down buildings
45262700  -  Building alteration work
45300000  -  Building installation work
45400000  -  Building completion work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50730000  -  Repair and maintenance services of cooler groups
50800000  -  Miscellaneous repair and maintenance services
51111200  -  Installation services of generators
71000000  -  Architectural, construction, engineering and inspection services
71247000  -  Supervision of building work
79931000  -  Interior decorating services
79993000  -  Building and facilities management services
II.2.3)

Place of performance

Main site or place of performance:  
UK Mainland London and Greater London
II.2.4)

Description of the procurement

Requirements covers the provision of the planned and reactive maintenance services on a 24 hours, 7 days a week, 365 days a year basis to the Authority’s Estate - for the Core Estate within London.
This service includes planned preventative maintenance, statutory inspections, compliance testing, reactive works, a reactive call out service and repair and replacement works (including temporary solutions prior to full fix) to the following:
• Mechanical systems including but not limited to air ventilation systems, air conditioning systems, heating and cooling systems and pumps and dehumidifiers.
• Electrical systems including but not limited to lightning protection, internal and external lighting systems, emergency lighting systems, call lighting, LV power supply and distribution systems, genie winders, voltage optimisation systems, UPS and standby electrical generators.
• Plumbing including but not limited to HWS and CWS storage and distribution systems, sanitary appliance and toilet and drainage systems including waterless urinals.
• Surface and foul drainage systems (up to first external inspection chamber)
• Catering equipment including but not limited to range cookers and grills, Merrychef ovens, dishwashers, microwaves, cooker extraction hoods and ducting and stills boilers.
• Renewables including but not limited to photovoltaic arrays, ground source heat pumps, CHPs, wind turbines and solar thermals.
• BEMS Systems
• Diesel Storage and Supply systems
• UPS
• Fire Protections Systems including but not limited to fire fighting equipment, fire detection systems, sprinkler systems and dry and wet risers.
-The supplier shall provide sufficient resources and materials to ensure full delivery of the services 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 services.
-The supplier must provide the contracted service across all sites detailed in the Building Services Matrix and to all assets detailed in the Asset Register
-The supplier shall provide advice on all components and equipment within the scope of services throughout the estate in order to assist the Authority in achieving the objectives
-The supplier shall provide technical support and advice as and when requested by the Authority, including recommendations for critical spares.
-The supplier shall recognise the fact that the Authority’s estate may undergo changes during the lifetime of this contract. These changes may include additions, removals and change of use to the estate. The supplier shall make provision for supporting the Authority in making these changes and ensure that the necessary equipment and labour is available
-Where CDM Regulations are applicable, the Authority may appoint the supplier as the Principal Contractor. When appointed Principal Contractor the supplier will fully comply with the Authority’s CDM Regulation procedures
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tech  /  Weighting:  50
Price  -  Weighting:  50
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 months periods at the sole discretion of the Authority.
Number of possible renewals 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

Under exceptional circumstances the tenderers may be required to provide Services outside the geographic region they have been awarded.
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.
II.2)

Description

II.2.1)

Title

The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintenance for Building Installations and Assets
Lot No:  2 North
II.2.2)

Additional CPV code(s)

44112000  -  Miscellaneous building structures
44115000  -  Building fittings
44115800  -  Building internal fittings
44220000  -  Builders' joinery
44230000  -  Builders' carpentry
45214800  -  Training facilities building
45262690  -  Refurbishment of run-down buildings
45262700  -  Building alteration work
45300000  -  Building installation work
45400000  -  Building completion work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50730000  -  Repair and maintenance services of cooler groups
50800000  -  Miscellaneous repair and maintenance services
51111200  -  Installation services of generators
71000000  -  Architectural, construction, engineering and inspection services
71247000  -  Supervision of building work
79931000  -  Interior decorating services
79993000  -  Building and facilities management services
II.2.3)

Place of performance

Main site or place of performance:  
UK Mainlaind London and Greater London
II.2.4)

Description of the procurement

Requirements covers the provision of the planned and reactive maintenance services on a 24 hours, 7 days a week, 365 days a year basis to the Authority’s Estate - for the North geographic area within London.
This service includes planned preventative maintenance, statutory inspections, compliance testing, reactive works and a reactive call out service and repair and replacement works (including temporary solutions prior to full fix) to the following:
• Mechanical systems including but not limited to air ventilation systems, air conditioning systems, heating and cooling systems and pumps and dehumidifiers.
• Electrical systems including but not limited to lightning protection, internal and external lighting systems, emergency lighting systems, call lighting, LV power supply and distribution systems, genie winders, voltage optimisation systems, UPS and standby electrical generators.
• Plumbing including but not limited to HWS and CWS storage and distribution systems, sanitary appliance and toilet and drainage systems including waterless urinals.
• Surface and foul drainage systems (up to first external inspection chamber)
• Catering equipment including but not limited to range cookers and grills, Merrychef ovens, dishwashers, microwaves, cooker extraction hoods and ducting and stills boilers.
• Renewables including but not limited to photovoltaic arrays, ground source heat pumps, CHPs, wind turbines and solar thermals.
• BEMS Systems
• Diesel Storage and Supply systems
• UPS
• Fire Protections Systems including but not limited to fire fighting equipment, fire detection systems, sprinkler systems and dry and wet risers.
-The supplier shall provide sufficient resources and materials to ensure full delivery of the services 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 services.
-The supplier must provide the contracted service across all sites detailed in the Building Services Matrix and to all assets detailed in the Asset Register
-The supplier shall provide advice on all components and equipment within the scope of services throughout the estate in order to assist the Authority in achieving the objectives
-The supplier shall provide technical support and advice as and when requested by the Authority, including recommendations for critical spares.
-The supplier shall recognise the fact that the Authority’s estate may undergo changes during the lifetime of this contract. These changes may include additions, removals and change of use to the estate. The supplier shall make provision for supporting the Authority in making these changes and ensure that the necessary equipment and labour is available
-Where CDM Regulations are applicable, the Authority may appoint the supplier as the Principal Contractor. When appointed Principal Contractor the supplier will fully comply with the Authority’s CDM Regulation procedures
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tech  /  Weighting:  50
Price  -  Weighting:  50
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 months periods at the sole discretion of the Authority.
Number of possible renewals 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

Under exceptional circumstances the tenderers may be required to provide Services outside the geographic region they have been awarded.
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.
II.2)

Description

II.2.1)

Title

The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintenance for Building Installations and Assets
Lot No:  3 South
II.2.2)

Additional CPV code(s)

44112000  -  Miscellaneous building structures
44115000  -  Building fittings
44115800  -  Building internal fittings
44220000  -  Builders' joinery
44230000  -  Builders' carpentry
45214800  -  Training facilities building
45262690  -  Refurbishment of run-down buildings
45262700  -  Building alteration work
45300000  -  Building installation work
45400000  -  Building completion work
45450000  -  Other building completion work
45451000  -  Decoration work
50000000  -  Repair and maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
50720000  -  Repair and maintenance services of central heating
50730000  -  Repair and maintenance services of cooler groups
50800000  -  Miscellaneous repair and maintenance services
51111200  -  Installation services of generators
71000000  -  Architectural, construction, engineering and inspection services
71247000  -  Supervision of building work
79931000  -  Interior decorating services
79993000  -  Building and facilities management services
II.2.3)

Place of performance

Main site or place of performance:  
UK Mainland London and Greater London
II.2.4)

Description of the procurement

Requirements covers the provision of the planned and reactive maintenance services on a 24 hours, 7 days a week, 365 days a year basis to the Authorities South region of London.
This service includes planned preventative maintenance, statutory inspections, compliance testing, reactive works and a reactive call out service and repair and replacement works (including temporary solutions prior to full fix) to the following:
• Mechanical systems including but not limited to air ventilation systems, air conditioning systems, heating and cooling systems and pumps and dehumidifiers.
• Electrical systems including but not limited to lightning protection, internal and external lighting systems, emergency lighting systems, call lighting, LV power supply and distribution systems, genie winders, voltage optimisation systems, UPS and standby electrical generators.
• Plumbing including but not limited to HWS and CWS storage and distribution systems, sanitary appliance and toilet and drainage systems including waterless urinals.
• Surface and foul drainage systems (up to first external inspection chamber)
• Catering equipment including but not limited to range cookers and grills, Merrychef ovens, dishwashers, microwaves, cooker extraction hoods and ducting and stills boilers.
• Renewables including but not limited to photovoltaic arrays, ground source heat pumps, CHPs, wind turbines and solar thermals.
• BEMS Systems
• Diesel Storage and Supply systems
• UPS
• Fire Protections Systems including but not limited to fire fighting equipment, fire detection systems, sprinkler systems and dry and wet risers.
-The supplier shall provide sufficient resources and materials to ensure full delivery of the services 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 services.
-The supplier must provide the contracted service across all sites detailed in the Building Services Matrix and to all assets detailed in the Asset Register
-The supplier shall provide advice on all components and equipment within the scope of services throughout the estate in order to assist the Authority in achieving the objectives
-The supplier shall provide technical support and advice as and when requested by the Authority, including recommendations for critical spares.
-The supplier shall recognise the fact that the Authority’s estate may undergo changes during the lifetime of this contract. These changes may include additions, removals and change of use to the estate. The supplier shall make provision for supporting the Authority in making these changes and ensure that the necessary equipment and labour is available
-Where CDM Regulations are applicable, the Authority may appoint the supplier as the Principal Contractor. When appointed Principal Contractor the supplier will fully comply with the Authority’s CDM Regulation procedures
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tech  /  Weighting:  50
Price  -  Weighting:  50
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 months periods at the sole discretion of the Authority.
Number of possible renewals 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

Under exceptional circumstances the tenderers may be required to provide Services outside the geographic region they have been awarded.
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 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: 2018/S 006-009399

Section V: Award of contract

Contract No: 1

Title: Lot 1 Core Estate - The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintenance for building installations and assets

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/12/2018
V.2.2)

Information about tenders

Number of tenders received:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Kier
London
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  948320.00  GBP

Section V: Award of contract

Contract No: 2

Title: Lot 2 North -The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintanence for building installations and assets

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

02/12/2018
V.2.2)

Information about tenders

Number of tenders received:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Servest
Bedford
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3624101.00  GBP

Section V: Award of contract

Contract No: 3

Title: Lot 3 South- The Provision of Mechanical Electrical and Plumbing Planned and Reactive Maintanence for building installations and assets

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/12/2018
V.2.2)

Information about tenders

Number of tenders received:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Kier
London
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  2776716.00  GBP

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

London Fire Brigade
London
UK