South East Consortium is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Remedial Works Framework |
Notice type: | Contract Notice |
Authority: | South East Consortium |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | This works under this framework will include passive fire protection and active fire protection measures and is divided into four lots. |
Published: | 24/11/2017 10:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: david.ashby@southeastconsortium.org.uk
Contact: David Ashby
Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Installation-services-of-fire-protection-equipment./3G9A9H9X8X
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Remedial Works Framework
Reference Number: SEC 7100
II.1.2) Main CPV Code:
51700000 - Installation services of fire protection equipment.
II.1.3) Type of contract: WORKS
II.1.4) Short description: This works under this framework will include passive fire protection and active fire protection measures and is divided into four lots.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Passive Fire Protection
Lot No: 1
II.2.2) Additional CPV codes:
44221220 - Fire doors.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1 will be for the passive fire protection, such as, Fire Doors, Doorsets, Fire Stopping and other Compartmentation 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Fire Alarm Systems
Lot No: 2
II.2.2) Additional CPV codes:
31625000 - Burglar and fire alarms.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 is for the Installation and maintenance of Fire Alarm Systems
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Sprinkler Systems
Lot No: 3
II.2.2) Additional CPV codes:
44115500 - Sprinkler systems.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3 is for the Installation and Maintenance of Sprinkler Systems
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Passive Fire Protection, Fire Alarm Systems and Sprinklers
Lot No: 4
II.2.2) Additional CPV codes:
51700000 - Installation services of fire protection equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 4 will combine all above three lots for clients who want one contractor to complete all the works and manage specialist sub contractors. Lot 4 will also include the maintenance as well as installation of fire protection measures.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/01/2018 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/01/2018
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. SEC frameworks may be accessed by all publicly funded organisations – access is not limited to SEC Members alone. Eligibility list:
SEC Members and Guest Members – listed on SEC website
Registered social landlords in England & Wales – including, but not limited to: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/527208/List_of_Registered_Providers_1_June_2016.csv/preview
Local Authorities in England & Wales – including, but not limited to: http://www.idea.gov.uk/idk/org/la-data.do?sortOrder=a&category=A
Tenant Management Organisations (TMOs) and Arm’s Length Management Organisations (ALMOs).
In addition to this
National Health Service (NHS) bodies & NHS Trusts (as defined in the Regulation 2 of the Public Contract Regulations 2015) including all NHS authorities, trusts, councils, boards and NHS Choices. All bodies are listed here: http://www.nhs.uk/servicedirectories/pages/primarycaretrustlisting.aspx
All police forces and other emergency services, including fire and rescue services as defined in Section 1(2) of the Fire and Rescue Services Act 2004, the Maritime and Coastguard Agency and other rescue authorities including, but not limited to:
ohttp://www.police.uk/forces.htm and
ohttp://www.fireservice.co.uk/information/ukfrs.php
All educational establishments including, but not limited to, schools maintained by local authorities academies(as defined in the section 579(1) of the Education Act 1996), city technology colleges, the learning and skills council, colleges, universities and other further education establishments (including those listed here https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
Registered charities, as detailed at: http://www.charity-commission.gov.uk/
All other contracting authorities as defined in the Public Contracts Regulations 2015 (PCR 2015) including but not limited to, those cited by name or class in Schedule 1 to the PCR 2015, and, all other bodies who are Utilities, and who are cited by name or class in Schedule 1 to the Utilities Contracts Regulations 2006.
The definition of potential users is not exhaustive and covers any organisation that becomes a member of SEC in the future. Lists of Full Members and Guest Members is subject to change and will be available on the SEC website and/or is available upon request to the South East Consortium via our email procurement@southeastconsortium.org.uk
Note this list is not exhaustive of all organisations who can utilise SEC services. Access will be granted to any publicly funded organisation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Installation-services-of-fire-protection-equipment./3G9A9H9X8X
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3G9A9H9X8X
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: david.ashby@southeastconsortium.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/11/2017
Annex A
View any Notice Addenda
UK-Sittingbourne: Fireproofing work.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: david.ashby@southeastconsortium.org.uk
Contact: David Ashby
Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Fire Remedial Works Framework Reference number: SEC 7100
II.1.2) Main CPV code:
45343100 - Fireproofing work.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: This works under this framework will include passive fire protection and active fire protection measures and is divided into four lots.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 27/11/2017
VI.6) Original notice reference:
Notice Reference: 2017 - 214933
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 24/11/2017
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.2
Lot No: Not provided
Place of text to be modified: Not provided
Instead of:
51700000 - Installation services of fire protection equipment.
Read:
45343100 - Fireproofing work.
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. SEC frameworks may be accessed by all publicly funded organisations – access is not limited to SEC Members alone.Eligibility list: listed on SEC website Registered social landlords in England & Wales
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=289937727
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: david.ashby@southeastconsortium.org.uk
Contact: David Ashby
Main Address: www.delta-esourcing.com, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Fire Remedial Works Framework
Reference number: SEC 7100
II.1.2) Main CPV code:
51700000 - Installation services of fire protection equipment.
II.1.3) Type of contract: WORKS
II.1.4) Short description: This works under this framework will include passive fire protection and active fire protection measures and is divided into four lots.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 43,160,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Passive Fire Protection
Lot No:1
II.2.2) Additional CPV code(s):
44221220 - Fire doors.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 1 will be for the passive fire protection, such as, Fire Doors, Doorsets, Fire Stopping and other Compartmentation works
II.2.5) Award criteria:
Price - Weighting: 50
II.2.11) Information about options
Options: No
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Fire Alarm Systems
Lot No:2
II.2.2) Additional CPV code(s):
31625000 - Burglar and fire alarms.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 2 is for the Installation and maintenance of Fire Alarm Systems
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Sprinkler Systems
Lot No:3
II.2.2) Additional CPV code(s):
44115500 - Sprinkler systems.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 3 is for the Installation and Maintenance of Sprinkler Systems
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
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: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Passive Fire Protection, Fire Alarm Systems and Sprinklers
Lot No:4
II.2.2) Additional CPV code(s):
51700000 - Installation services of fire protection equipment.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 4 will combine all above three lots for clients who want one contractor to complete all the works and manage specialist sub contractors. Lot 4 will also include the maintenance as well as installation of fire protection measures.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Passive fire protection
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2018
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 25
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Kier Services Ltd
Tempsford Hall, Tempsford, Sandy, Bedfordshire, SG19 2BD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
ENGIE Regeneration Limited
Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Ventro Limited
Aquilam House, 7 Darklake View, Estover, Plymouth, PL6 7TL, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
United Living (South) Limited
Media House, Azalea Drive, Swanley, Kent, BR8 8HU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Bell Decorating Group
Bell Business Park, Rochsolloch Road, Airdrie, ML6 9BG, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
AD Construction Group (Architectural Decorators Ltd)
Samuel House, 7 Powerscroft Road, Sidcup, DA14 5DT, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
OpenView Security Solutions Limited
OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Anglian Building Products a division of Anglian Windows Ltd
Liberator Road, Norwich, Norfolk, NR6 6EU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.9)
Gunite (Eastern) Ltd
409-411 Croydon Road, Beckenham, Kent, BR3 3PP, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.10)
Morgan Sindall Property Services
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 10,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 1
Title: Passive fire protection
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2018
V.2.2) Information about tenders
Number of tenders received: 25
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 25
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wates Construction Ltd (Trading as Wates Living Space Maintenance)
Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 2
Title: Fire alarm installation and servicing
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2018
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Onwatch Multifre PLC
Hole Farm, Lye Green, Crowborough, East Sussex, TN6 1UU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
OpenView Security Solutions Limited
OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Allied Protection Ltd
1 King George Close, Romford, Essex, RM7 7LS, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Kier Services Ltd
Tempsford Hall, Tempsford, Sandy, Bedfordshire, SG19 2BD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Amalgamated Ltd
Systems House, Dawson Street, Manchester, M27 4FJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
ABCA Systems Ltd
U24 Mylord Crescent, Killingworth, Tyne & Wear, NE12 5UJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
Mulalley and Company Limited
Teresa Gavin House, Woodford Avenue, Woodford Green, Essex, IG8 8FA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Morgan Sindall Property Services
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.9)
Ventro Limited
Aquilam House, 7 Darklake View, Estover, Plymouth, PL6 7TL, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,200,000
Currency: HRK
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 3
Title: Sprinkler installation and maintenance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2018
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Kier Services Ltd
Tempsford Hall, Tempsford, Sandy, Bedfordshire, SG19 2BD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
ENGIE Regeneration Limited
Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Ventro Limited
Aquilam House, 7 Darklake View, Estover, Plymouth, PL6 7TL, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Morgan Sindall Property Services
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Mulalley and Company Limited
Teresa Gavin House, Woodford Avenue, Woodford Green, Essex, IG8 8FA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
VINCI Construction UK Limited
Astral House, Imperial Way, Watford, Hertfordshire, WD24 4 WW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
OpenView Security Solutions Limited
OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 7,400,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 4
Title: Combined works for all services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2018
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Kier Services Ltd
Tempsford Hall, Tempsford, Sandy, Bedfordshire, SG19 2BD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
ENGIE Regeneration Limited
Q3 Office Quorum Business Park, Benton Lane, Newcastle Upon Tyne, NE12 8EX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Ventro Limited
Aquilam House, 7 Darklake View, Estover, Plymouth, PL6 7TL, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Morgan Sindall Property Services
Kent House, 14-17 Market Place, London, W1W 8AJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
OpenView Security Solutions Limited
OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Mulalley and Company Limited
Teresa Gavin House, Woodford Avenue, Woodford Green, Essex, IG8 8FA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.7)
United Living (South) Limited
Media House, Azalea Drive, Swanley, Kent, BR8 8HU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.8)
Wates Construction Ltd (Trading as Wates Living Space Maintenance)
Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 23,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. SEC frameworks may be accessed by all publicly funded organisations – access is not limited to SEC Members alone.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=309243044
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: david.ashby@southeastconsortium.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/03/2018