Notice Information
Notice Title
Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures
Notice Description
WFS are seeking to appoint a number of providers to the Framework. The lot and appointment structure will be as follows: Lot 1 - General Repairs - The service comprises of responsive repairs and general building works, including full property refurbishment of offices. Lot 2 - Energy Improvement Measure Installers- The service comprises installation of a range of energy improvement measures, including but not limited to: * External Wall Insulation * Internal Wall Insulation * Underfloor Insulation Loft Insulation * Double Glazing Windows * Draft excluders
Lot Information
Lot 1 - General Repairs
Under Lot 1 WFS are seeking suppliers to carry out repairs where the service is at capacity and cannot take on the additional work or where there are no in-house skills available to carry out the works. The works are in relation to council owned assets, which are principally commercial buildings, as well as outdoor spaces, including parks and land owned by the Council. There will be occasions were works are required to residential homes. The woks will include Mechanical and Electrical Engineering, fabric and general maintenance repairs as well as statutory compliance checks (Gas Safe, NICEIC, EPC). Under Lot 2, the specification also includes energy improvement measures such as external wall, internal wall and loft insulation works. It is acknowledged some items in the specification are specialised areas of work and to ensure suppliers who have the competencies to undertake some elements are not excluded, the contract is split into two lots.
Renewal: The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance.
Lot 2 - Energy Improvement Measure InstallersLot 2 Energy Improvement Measure Installers The service comprises installation of a range of energy improvement measures, including but not limited to: * External Wall Insulation * Internal Wall Insulation * Underfloor Insulation * Loft Insulation * Double Glazing Windows * Draft excluders The contract will primarily focus on carrying out energy efficiency improvement works on residential homes, the vast majority of which are terraced and occupied. Homes requiring measures will have an EPC rating of D or below. The rating post installation must ensure it is improved to rating C or above. All works must be carried out in accordance with fabric first principles. Survey findings will be made available to the installer to help inform the following: * Most suitable energy improvement measures * Area of insulation required * Type and condition of structure * Services through the wall (flues etc) * Evidence of damp and where there has been a damp course; * If the damp course is defective * Whether ventilation is adequate * Access to the walls Contractors must be PAS2035 and Trustmark accredited. All works must be carried out to PAS2035 standard as a minimum. Evidence of compliance with PAS2035 must be submitted by the supplier.
Renewal: The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0326f0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028010-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
50000000 - Repair and maintenance services
71314000 - Energy and related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £1,700,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Oct 20223 years ago
- Submission Deadline
- 29 Apr 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WALTHAM FOREST SERVICES LTD
- Additional Buyers
- Contact Name
- Ms Georgina Asumadu
- Contact Email
- georgina.asumadu@walthamforest.gov.uk, procurement@walthamforest.gov.uk
- Contact Phone
- +44 2084963000
Buyer Location
- Locality
- WALTHAMSTOW
- Postcode
- E17 4JF
- Post Town
- East London
- 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
- TLI53 Redbridge and Waltham Forest
-
- Local Authority
- Waltham Forest
- Electoral Ward
- Chapel End
- Westminster Constituency
- Walthamstow
Further Information
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-h6vhtk-0326f0-2022-10-05T16:31:43+01:00",
"date": "2022-10-05T16:31:43+01:00",
"ocid": "ocds-h6vhtk-0326f0",
"initiationType": "tender",
"tender": {
"id": "DN604466",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "WFS are seeking to appoint a number of providers to the Framework. The lot and appointment structure will be as follows: Lot 1 - General Repairs - The service comprises of responsive repairs and general building works, including full property refurbishment of offices. Lot 2 - Energy Improvement Measure Installers- The service comprises installation of a range of energy improvement measures, including but not limited to: * External Wall Insulation * Internal Wall Insulation * Underfloor Insulation Loft Insulation * Double Glazing Windows * Draft excluders",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "Lot 1 - General Repairs Lot 2 - Energy Improvement Measure Installers"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - General Repairs",
"description": "Under Lot 1 WFS are seeking suppliers to carry out repairs where the service is at capacity and cannot take on the additional work or where there are no in-house skills available to carry out the works. The works are in relation to council owned assets, which are principally commercial buildings, as well as outdoor spaces, including parks and land owned by the Council. There will be occasions were works are required to residential homes. The woks will include Mechanical and Electrical Engineering, fabric and general maintenance repairs as well as statutory compliance checks (Gas Safe, NICEIC, EPC). Under Lot 2, the specification also includes energy improvement measures such as external wall, internal wall and loft insulation works. It is acknowledged some items in the specification are specialised areas of work and to ensure suppliers who have the competencies to undertake some elements are not excluded, the contract is split into two lots.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"value": {
"amount": 1700000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2 - Energy Improvement Measure Installers",
"description": "Lot 2 Energy Improvement Measure Installers The service comprises installation of a range of energy improvement measures, including but not limited to: * External Wall Insulation * Internal Wall Insulation * Underfloor Insulation * Loft Insulation * Double Glazing Windows * Draft excluders The contract will primarily focus on carrying out energy efficiency improvement works on residential homes, the vast majority of which are terraced and occupied. Homes requiring measures will have an EPC rating of D or below. The rating post installation must ensure it is improved to rating C or above. All works must be carried out in accordance with fabric first principles. Survey findings will be made available to the installer to help inform the following: * Most suitable energy improvement measures * Area of insulation required * Type and condition of structure * Services through the wall (flues etc) * Evidence of damp and where there has been a damp course; * If the damp course is defective * Whether ventilation is adequate * Access to the walls Contractors must be PAS2035 and Trustmark accredited. All works must be carried out to PAS2035 standard as a minimum. Evidence of compliance with PAS2035 must be submitted by the supplier.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "50%"
},
{
"type": "price",
"description": "50%"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract period will be from 20 June 2022 to 19 June 2025. The contract may be extended by up to a further 12 months, subject to satisfactory performance."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKI53"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Procurer/Advert/View?advertId=0a35a614-89ae-ec11-8113-005056b64545&fromAdvertEvent=True",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-04-29T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2022-05-02T13:00:00+01:00"
},
"bidOpening": {
"date": "2022-05-02T13:00:00+01:00"
},
"hasRecurrence": false,
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-11241",
"name": "London Borough of Waltham Forest",
"identifier": {
"legalName": "London Borough of Waltham Forest"
},
"address": {
"streetAddress": "Room 100, Waltham Forest Town Hall, Forest Road",
"locality": "Walthamstow",
"region": "UK",
"postalCode": "E17 4JF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ms Georgina Asumadu",
"telephone": "+44 2084963000",
"email": "Georgina.Asumadu@walthamforest.gov.uk",
"url": "https://www.londontenders.org"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.walthamforest.gov.uk/",
"buyerProfile": "http://www.walthamforest.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4500",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-65311",
"name": "Waltham Forest Services Ltd",
"identifier": {
"legalName": "Waltham Forest Services Ltd"
},
"address": {
"streetAddress": "Waltham Forest Town Hall, Forest Road",
"locality": "Walthamstow",
"region": "UK",
"postalCode": "E17 4JF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2084963000",
"email": "procurement@walthamforest.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.walthamforest.gov.uk/",
"buyerProfile": "http://www.walthamforest.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-65312",
"name": "Arc Group London Limited",
"identifier": {
"legalName": "Arc Group London Limited"
},
"address": {
"streetAddress": "4a Nobel Road,",
"locality": "Edmonton",
"region": "UK",
"postalCode": "N18 3BH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2085396967",
"email": "preconstruction@arcgroupuk.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65313",
"name": "Arc Group London Limited",
"identifier": {
"legalName": "Arc Group London Limited"
},
"address": {
"streetAddress": "4a Nobel Road, Edmonton",
"locality": "Greater London",
"region": "UK",
"postalCode": "N18 3BH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "preconstruction@arcgroupuk.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65314",
"name": "Close Brothers Rail",
"identifier": {
"legalName": "Close Brothers Rail"
},
"address": {
"streetAddress": "Dovedale House, Hurricane Way",
"locality": "Wickford, Essex",
"region": "UK",
"postalCode": "SS11 8YB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "martin@close-brothers.net"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65315",
"name": "Mitre Construction Co. Ltd",
"identifier": {
"legalName": "Mitre Construction Co. Ltd"
},
"address": {
"streetAddress": "Mitre House, 1E Hall Lane",
"locality": "Chingford London",
"region": "UK",
"postalCode": "E4 8HH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "alanranscombe@mitreconstruction.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65316",
"name": "onepointservices",
"identifier": {
"legalName": "onepointservices"
},
"address": {
"streetAddress": "329-333 High Street,",
"locality": "London",
"region": "UK",
"postalCode": "E15 2TF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "omar@onepointservices.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65317",
"name": "Purdy Contracts Ltd",
"identifier": {
"legalName": "Purdy Contracts Ltd"
},
"address": {
"streetAddress": "Brooklyn Lodge, , London, Greater London,",
"locality": "Mott Street",
"region": "UK",
"postalCode": "E4 7RW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "J.Lord@purdycontracts.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65318",
"name": "Topcoat Construction Ltd",
"identifier": {
"legalName": "Topcoat Construction Ltd"
},
"address": {
"streetAddress": "Unit A Melville Court, Spilsby Road,",
"locality": "Harold Hill, Romford, Essex",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "denese.disley@tclgroup.uk.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-65319",
"name": "Saltash Enterprises Limited",
"identifier": {
"legalName": "Saltash Enterprises Limited"
},
"address": {
"streetAddress": "110-116 Ormside Street",
"locality": "Greater London",
"region": "UK",
"postalCode": "SE151TF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Bids@saltashconstruction.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-72",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-65311",
"name": "Waltham Forest Services Ltd"
},
"language": "en",
"awards": [
{
"id": "028010-2022-DN604466-1",
"relatedLots": [
"1"
],
"title": "Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-65312",
"name": "Arc Group London Limited"
},
{
"id": "GB-FTS-65314",
"name": "Close Brothers Rail"
},
{
"id": "GB-FTS-65315",
"name": "Mitre Construction Co. Ltd"
},
{
"id": "GB-FTS-65316",
"name": "onepointservices"
},
{
"id": "GB-FTS-65317",
"name": "Purdy Contracts Ltd"
},
{
"id": "GB-FTS-65318",
"name": "Topcoat Construction Ltd"
}
]
},
{
"id": "028010-2022-DN604466-2",
"relatedLots": [
"1"
],
"title": "Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-65313",
"name": "Arc Group London Limited"
},
{
"id": "GB-FTS-65319",
"name": "Saltash Enterprises Limited"
}
]
}
],
"contracts": [
{
"id": "028010-2022-DN604466-1",
"awardID": "028010-2022-DN604466-1",
"title": "Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures",
"status": "active",
"dateSigned": "2022-07-20T00:00:00+01:00"
},
{
"id": "028010-2022-DN604466-2",
"awardID": "028010-2022-DN604466-2",
"title": "Framework for the provision of General Repairs, Maintenance Services and Energy Improvement Measures",
"status": "active",
"dateSigned": "2022-07-20T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 15
},
{
"id": "12",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 15
},
{
"id": "13",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "15",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 15
},
{
"id": "16",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "10",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 2400000,
"currency": "GBP"
},
{
"id": "11",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 2400000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 1,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 2400000,
"currency": "GBP"
}
]
}
}