Tender

Provision of Planned Preventative Maintenance and Reactive FM Services

LONDON BOROUGH OF REDBRIDGE

This public procurement record has 1 release in its history.

Tender

08 Jan 2019 at 14:05

Summary of the contracting process

The London Borough of Redbridge is seeking tenders for the provision of Planned Preventative Maintenance and Reactive FM Services across various lots, including Mechanical and Electrical Services for corporate and housing needs. This tender process, which is currently in theTender stage, will accept submissions until 4th February 2019, for a contract period commencing on 1st July 2019 and lasting until 30th June 2022, with a potential extension. The total value of the contracts is £2,500,000. Interested organisations must complete a Selection Questionnaire to demonstrate their financial and technical capabilities, with specific turnover requirements for each lot outlined in the tender documentation.

This procurement presents significant growth opportunities for SMEs and established firms within the mechanical and electrical services industry, especially those skilled in planned maintenance and responsive facilities management. Businesses with a strong track record in delivering high-quality service and financial stability, meeting the minimum turnover thresholds outlined for each lot, will be well-positioned to compete. As the evaluation will focus primarily on price and technical ability, contractors that can demonstrate both cost-effectiveness and superior technical service delivery will have an advantage in securing these contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}