Procurement Assist Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cyclical Maintenance Framework Agreement |
Notice type: | Contract Notice |
Authority: | Procurement Assist Limited |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Procurement Assist invites organisations to participate in a 48-month Framework Agreement for Cyclical Maintenance Services to its current and future Members across domestic and commercial sites. The Framework Agreement may be used by (but not limited to) all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102. |
Published: | 20/02/2025 18:17 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)
Royal Bolton Hospital, Minerva Road, Farnworth, Bolton, BL4 0JR, United Kingdom
Tel. +44 3301281336, Email: tenders@procurementassist.co.uk
Main Address: http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/, Address of the buyer profile: http://www.procurementassist.co.uk
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: https://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Repair-and-maintenance-services./36MQ9KEWMR
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cyclical Maintenance Framework Agreement
Reference Number: PA/FW/CM/01
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement Assist invites organisations to participate in a 48-month Framework Agreement for Cyclical Maintenance Services to its current and future Members across domestic and commercial sites. The Framework Agreement may be used by (but not limited to) all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
II.1.5) Estimated total value:
Value excluding VAT: 650,000,000
Currency: GBP
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: Cyclical Decorations
Lot No: Lot A
II.2.2) Additional CPV codes:
45440000 - Painting and glazing work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot A - Cyclical Decorations Services to Member commercial and domestic dwellings.
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: 125,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SARYY2738M
II.2) Description Lot No. 2
II.2.1) Title: Lift Maintenance
Lot No: Lot B
II.2.2) Additional CPV codes:
50750000 - Lift-maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot B - Lift Maintenance Services to Member commercial and domestic dwellings.
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: 75,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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: Fire Consultancy Services
Lot No: Lot C
II.2.2) Additional CPV codes:
45312100 - Fire-alarm system installation work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot C - Fire Consultancy Services to Member commercial and domestic dwellings.
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: 75,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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: Grounds Maintenance
Lot No: Lot D
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot D - Grounds Maintenance Services to Member commercial and domestic dwellings.
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: 75,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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. 5
II.2.1) Title: Fire System Monitoring
Lot No: Lot E
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 E - Fire System Monitoring Services to Member commercial and domestic dwellings.
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: 50,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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. 6
II.2.1) Title: Renewable Energy Initiatives Servicing
Lot No: Lot F
II.2.2) Additional CPV codes:
42124310 - Parts of air pumps.
42511110 - Heat pumps.
09323000 - District heating.
39715200 - Heating equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot F - Renewable Energy Initiatives Servicing to Member commercial and domestic dwellings.
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: 100,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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. 7
II.2.1) Title: Gas Servicing
Lot No: Lot G
II.2.2) Additional CPV codes:
39715210 - Central-heating equipment.
50720000 - Repair and maintenance services of central heating.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot G - Gas Servicing to Member commercial and domestic dwellings.
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: 75,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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. 8
II.2.1) Title: Audit Services
Lot No: Lot H
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot H - Audit Services to Member commercial and domestic dwellings.
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: 75,000,000
Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 18
Objective criteria for choosing the limited number of candidates: 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.2.1) 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 RESTRICTED
IV.1.1) Type of procedure: Restricted
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 several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - 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: 2023/S 000 - 033562
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/03/2025 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/04/2025
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
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Repair-and-maintenance-services./36MQ9KEWMR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/36MQ9KEWMR
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The High Court
Royal Court of justice, London, London, WC2A 2LL, United Kingdom
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:
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 20/02/2025
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)
Royal Bolton Hospital, Minerva Road, Farnworth, Bolton, BL4 0JR, United Kingdom
Tel. +44 3301281336, Email: tenders@procurementassist.co.uk
Main Address: http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/, Address of the buyer profile: http://www.procurementassist.co.uk
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:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Cyclical Maintenance Framework Agreement
Reference number: PA/FW/CM/01
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Procurement Assist invites organisations to participate in a 48-month Framework Agreement for Cyclical Maintenance Services to its current and future Members across domestic and commercial sites. The Framework Agreement may be used by (but not limited to) all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 575,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Cyclical Decorations
Lot No:Lot A
II.2.2) Additional CPV code(s):
45440000 - Painting and glazing work.
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 A - Cyclical Decorations Services to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SARYY2738M
II.2) Description (lot no. 2)
II.2.1) Title:Lift Maintenance
Lot No:Lot B
II.2.2) Additional CPV code(s):
50750000 - Lift-maintenance services.
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 B - Lift Maintenance Services to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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:Fire Consultancy Services
Lot No:Lot C
II.2.2) Additional CPV code(s):
45312100 - Fire-alarm system installation work.
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 C - Fire Consultancy Services to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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:Grounds Maintenance
Lot No:Lot D
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
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 D - Grounds Maintenance Services to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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. 5)
II.2.1) Title:Fire System Monitoring
Lot No:Lot E
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 E - Fire System Monitoring Services to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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. 6)
II.2.1) Title:Renewable Energy Initiatives Servicing
Lot No:Lot F
II.2.2) Additional CPV code(s):
42124310 - Parts of air pumps.
42511110 - Heat pumps.
09323000 - District heating.
39715200 - Heating 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 F - Renewable Energy Initiatives Servicing to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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. 7)
II.2.1) Title:Gas Servicing
Lot No:Lot G
II.2.2) Additional CPV code(s):
39715210 - Central-heating equipment.
50720000 - Repair and maintenance services of central heating.
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 G - Gas Servicing to Member commercial and domestic dwellings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: 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
Notice number in the OJEU: 2025/S 000-006473
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: Not Provided
Title: Cyclical Decorations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 6
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Architectural Decorators Limited (AD Construction Group), 00386730
Samuel House, 7 Powerscroft Road, Sidcup, DA14 5DT, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Axis Europe Limited, 01991637
Tramway House, 3 Tramway Avenue, London, E15 4PN, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Ian Williams Limited, 00879464
Quarry Road, Chipping Sodbury, Bristol, BS37 6JL, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
Mitie Property Services Limited, 06329916
Level 12, The Shard, 32 London Bridge Street, London, SE1 9SG, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Topcoat Construction Limited, 03075151
Unit A, Melville Court, Spilsby Road, Romford, RM3 8SB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Trident Maintenance Services Limited, SC503188
Suite 52, Grovewood Business Centre, Strathclyde Business Park, Lanarkshire, ML4 3NQ, 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: 125,000,000
Total value of the contract/lot: 125,000,000
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: Not Provided
Title: Lift Maintenance
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 6
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Classic Lifts Limited, 02487116
Unit 3, Genesis Business Park, Sheffield Road, Rotherham, S60 1DX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Concept Elevators (UK) Limited, 07779086
Concept House, Jerome Road, Norton Canes, Cannock, WS11 9UE, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Liftability Limited, 03782380
89 Leigh Road, Eastleigh, Hampshire, SO50 9DQ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.4)
R J Lifts Group Limited, 12939666
Unit 15B, Galveston Grove, Oldfield Business Park, Stoke on Trent, ST4 3PE, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Rubax Lifts Limited, 01509899
Wilson house, Cinnamon Park, Warriongton, WA2 0XP, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.6)
Sheridan Lifts Limited, 05286889
7 Monsall Road, Manchester, M40 8FY, 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: 75,000,000
Total value of the contract/lot: 75,000,000
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: Not Provided
Title: Fire Consultancy Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 1
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Delco Safety Limited, 06090259
Hayles Bridge Offices, 228 Mulgrave Road, Surrey, SM2 6JT, 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: 75,000,000
Total value of the contract/lot: 75,000,000
Currency: GBP
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: Not Provided
Title: Grounds Maintenance Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 3
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Green Scenery Limited, 10009734
Unit 3, Evergreen Nurseries, Parker Lane, Preston, PR4 4JX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Mark Walker (Grounds Maintenance) Limited, 04662267
5 Swallow End, Welwyn Garden City, Hertfordshire, AL7 1JA, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Tivoli Group Limited, 11120774
Nursery Court, London Road, Windlesham, Surrey, GU20 6LQ, 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: 75,000,000
Total value of the contract/lot: 75,000,000
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: Not Provided
Title: Fire System Monitoring Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 3
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ashley and McDonough Limited, 05426731
Unit 15B, Tiger Court, Kings Grove, Prescot, L34 1BH, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Fieldway Supplies, 05743944
Unit 14, Paramount Business Park, Wilson Road, Liverpool, L36 6AW, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Ventro Limited, 08765695
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: 50,000,000
Total value of the contract/lot: 50,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: Not Provided
Title: Renewable Energy Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 2
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ashley and McDonough Limited, 05426731
Unit 15B, Tiger Court, Kings Grove, Prescot, L34 1BH, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Sureserve Compliance North Limited, SC163066
2 Queenslie Court, Summerlee Street, Glasgow, G33 4DB, 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: 100,000,000
Total value of the contract/lot: 100,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: Not Provided
Title: Gas Servicing
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/05/2025
V.2.2) Information about tenders
Number of tenders received: 3
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Ashley and McDonough Limited, 05426731
Unit 15B, Tiger Court, Kings Grove, Prescot, L34 1BH, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Axis Europe Limited, 01991637
Tramway House, 3 Tramway Avenue, London, E15 4PN, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
Sureserve Compliance North Limited, SC163066
2 Queenslie Court, Summerlee Street, Glasgow, G33 4DB, 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: 75,000,000
Total value of the contract/lot: 75,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=953521945
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
The High Court
Royal Court of justice, London, London, WC2A 2LL, United Kingdom
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
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 27/05/2025