Notice Information
Notice Title
Provision of Planned Preventative Maintenance and Reactive FM Services
Notice Description
Contracts for the Provision of: * Lot 1: Mechanical Services - Corporate Landlord * Lot 2: Mechanical Services - Housing * Lot 3: Electrical, Fire & Security Services - Corporate Landlord * Lot 4: Electrical, Fire & Security Services - Housing Additional information: Organisations are permitted to express an interest for any Lots for which they consider they are suitably qualified and experienced. Organisations interested in being invited to tender for any of the Contracts are required to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract(s) of this nature. Access to the Selection Questionnaire and further information can be obtained from the London Tenders Portal. Organisations shall be aware that responses to each Lot will be evaluated separately. Therefore being invited to submit a Tender for one Lot will not automatically mean the organisation is invited to submit a Tender for any other Lot. Each Contract will commence on 1st July 2019 and, subject to satisfactory performance, shall continue up to and including 30th June 2022 (the "Contract Period"). At the sole discretion of the Authority the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum of two (2) years, providing a possible total Contract Period to midnight on 20th June 2024. The Authority carries out financial appraisals of all organisations that express interest in tendering for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold:- * Lot 1: Minimum of PS463,000 annual turnover in each of the last 2 years * Lot 2: Minimum of PS79,000 annual turnover in each of the last 2 years * Lot 3: Minimum of PS480,000 annual turnover in each of the last 2 years * Lot 4: Minimum of PS61,000 annual turnover in each of the last 2 years * Lots 1 & 2 combined: Minimum of PS542,000 turnover in each of the last 2 years * Lots 3 & 4 combined: Minimum of PS541,000 turnover in each of the last 2 years * Any other combinations will require minimum turnover in each of the last 2 years of the sum for each individual lot The Authority retains discretion to exclude from consideration for invitation to tender for any Lot any organisation that fails to meet this minimum turnover standard. Following evaluation of the Selection Questionnaires received by the deadline stipulated below, the Authority shall issue Invitations to Tender for each Lot. The Authority will only consider Tenders submitted by those organisations to whom the Authority has issued a specific Invitation to Tender. The Contract for each Lot shall be awarded based on the most economically advantageous Tender received. This shall be determined in accordance with the Evaluation Criteria of Price 40% and Technical Ability and Quality 60%, as more fully described in the Tender Documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d45270c3-8f39-4006-aaf4-25956ab4bdc2
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/571a5109-9a67-48d8-b6b9-225fc09bf256
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jan 20197 years ago
- Submission Deadline
- 4 Feb 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2019 - 30 Jun 2022 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF REDBRIDGE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ILFORD
- Postcode
- IG1 1NN
- Post Town
- Ilford
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI53 Redbridge and Waltham Forest
- Delivery Location
- TLI London
-
- Local Authority
- Redbridge
- Electoral Ward
- Ilford Town
- Westminster Constituency
- Ilford South
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/571a5109-9a67-48d8-b6b9-225fc09bf256
8th January 2019 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-d45270c3-8f39-4006-aaf4-25956ab4bdc2-2019-01-08T14:05:28Z",
"date": "2019-01-08T14:05:28Z",
"ocid": "ocds-b5fd17-d45270c3-8f39-4006-aaf4-25956ab4bdc2",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "REDBR001-DN369475-94855124",
"title": "Provision of Planned Preventative Maintenance and Reactive FM Services",
"description": "Contracts for the Provision of: * Lot 1: Mechanical Services - Corporate Landlord * Lot 2: Mechanical Services - Housing * Lot 3: Electrical, Fire & Security Services - Corporate Landlord * Lot 4: Electrical, Fire & Security Services - Housing Additional information: Organisations are permitted to express an interest for any Lots for which they consider they are suitably qualified and experienced. Organisations interested in being invited to tender for any of the Contracts are required to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract(s) of this nature. Access to the Selection Questionnaire and further information can be obtained from the London Tenders Portal. Organisations shall be aware that responses to each Lot will be evaluated separately. Therefore being invited to submit a Tender for one Lot will not automatically mean the organisation is invited to submit a Tender for any other Lot. Each Contract will commence on 1st July 2019 and, subject to satisfactory performance, shall continue up to and including 30th June 2022 (the \"Contract Period\"). At the sole discretion of the Authority the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum of two (2) years, providing a possible total Contract Period to midnight on 20th June 2024. The Authority carries out financial appraisals of all organisations that express interest in tendering for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold:- * Lot 1: Minimum of PS463,000 annual turnover in each of the last 2 years * Lot 2: Minimum of PS79,000 annual turnover in each of the last 2 years * Lot 3: Minimum of PS480,000 annual turnover in each of the last 2 years * Lot 4: Minimum of PS61,000 annual turnover in each of the last 2 years * Lots 1 & 2 combined: Minimum of PS542,000 turnover in each of the last 2 years * Lots 3 & 4 combined: Minimum of PS541,000 turnover in each of the last 2 years * Any other combinations will require minimum turnover in each of the last 2 years of the sum for each individual lot The Authority retains discretion to exclude from consideration for invitation to tender for any Lot any organisation that fails to meet this minimum turnover standard. Following evaluation of the Selection Questionnaires received by the deadline stipulated below, the Authority shall issue Invitations to Tender for each Lot. The Authority will only consider Tenders submitted by those organisations to whom the Authority has issued a specific Invitation to Tender. The Contract for each Lot shall be awarded based on the most economically advantageous Tender received. This shall be determined in accordance with the Evaluation Criteria of Price 40% and Technical Ability and Quality 60%, as more fully described in the Tender Documents.",
"datePublished": "2019-01-08T14:05:28Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 2500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2019-02-04T23:59:59Z"
},
"contractPeriod": {
"startDate": "2019-07-01T00:00:00+01:00",
"endDate": "2022-06-30T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/571a5109-9a67-48d8-b6b9-225fc09bf256",
"datePublished": "2019-01-08T14:05:28Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-50180",
"name": "London Borough of Redbridge",
"identifier": {
"legalName": "London Borough of Redbridge"
},
"address": {
"streetAddress": "7th Floor, Lynton House, 255-259 High Road",
"locality": "Ilford",
"postalCode": "IG1 1NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kathryn Stevens",
"email": "procurement@psprocure.co.uk"
},
"details": {
"url": "http://www.redbridge.gov.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-50180",
"name": "London Borough of Redbridge"
}
}