Stonewater Limited has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | (SOUTH EAST) Specialist Systems Service Maintenance & Installation |
Notice type: | Contract Notice |
Authority: | Stonewater Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Specialist Systems - inspection, maintenance and installation in the South East region of Stonewater's housing stock. Stonewater are looking to appoint a single service provide to service, repair and maintain specialist systems including door entry, warden call, Fire Alarm, CCTC and other associated systems. |
Published: | 25/11/2024 12:39 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited, 20558R
Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
Contact: Gemma Wheatley
Main Address: https://www.stonewater.org/, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKJ
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: https://www.delta-esourcing.com/tenders
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://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: (SOUTH EAST) Specialist Systems Service Maintenance & Installation
Reference Number: 00335-AST
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
CB16-9 - Mechanical and electrical
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Specialist Systems - inspection, maintenance and installation in the South East region of Stonewater's housing stock. Stonewater are looking to appoint a single service provide to service, repair and maintain specialist systems including door entry, warden call, Fire Alarm, CCTC and other associated systems.
II.1.5) Estimated total value:
Value excluding VAT: 2,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Specialist Systems inspection, maintenance and installation. Door Entry, Warden Call, CCTV, Fire Alarms and other associated 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: 2,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Before the expiry of the contract
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: Yes
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:
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).
•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.
•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.
•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Constructionline registered will be required to retain both for the duration of the contract. (min Silver)
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: No
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 - NO
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: 06/01/2025 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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 06/01/2025
Time: 13:00
Place:
Stonewater
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=904815325
VI.4) Procedures for review
VI.4.1) Review body:
Stonewater Limited
Unit C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
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:
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
VI.5) Date Of Dispatch Of This Notice: 25/11/2024
Annex A