Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FRAMEWORK PANEL FOR THE PROVISION OF A PLANNED PREVENTATIVE MAINTENANCE SERVICE FOR FIRE SAFETY EQUIPMENT FOR PEABODY TRUST |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Peabody Group are seeking to appoint Contractors onto a framework for the provision of PPM services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint two Contractors to a framework to provide a comprehensive PPM service across two lots, with one contractor appointed to each lot. Lot 1 – PPM in relation to Fire Equipment (Pan-London) Lot 2 – PPM in relation to Sprinklers (Pan-London) |
Published: | 23/12/2020 19:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233, Email: patric.lemagnen@peabody.org.uk
Main Address: https://www.peabody.org.uk
NUTS Code: UKI
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: No.
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-London:-Repair-and-maintenance-services./E98GM442J7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7 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: FRAMEWORK PANEL FOR THE PROVISION OF A PLANNED PREVENTATIVE MAINTENANCE SERVICE FOR FIRE SAFETY EQUIPMENT FOR PEABODY TRUST
Reference Number: Not provided
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework for the provision of PPM services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint two Contractors to a framework to provide a comprehensive PPM service across two lots, with one contractor appointed to each lot.
Lot 1 – PPM in relation to Fire Equipment (Pan-London)
Lot 2 – PPM in relation to Sprinklers (Pan-London)
II.1.5) Estimated total value:
Value excluding VAT: 8,800,000
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: 1
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: Lot 1 – PPM in relation to Fire Equipment (Pan-London)
Lot No: 1
II.2.2) Additional CPV codes:
45259000 - Repair and maintenance of plant.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Peabody (“Peabody”) is seeking to two providers to a two-lot framework, to provide a full PPM service across our estates fire equipment as required by Peabody Trust across London, Essex, Sussex and Cambridge. The aim is to create two lots; one covering PPM in relation to Fire Equipment, and one covering PPM in relation to Sprinklers. Full detail is contained within Section 4 of the ITT.
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: 6,800,000
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: Yes
Description of renewals: The duration of the Framework will be for 36 months, the potential to extend each individual Contract for each of the two Lots of the Framework by an additional 12 months. This extension would be issued solely at the discretion of Peabody and could apply to one or multiple Lots that operate under the Framework.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
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/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – PPM in relation to Sprinklers (Pan-London)
Lot No: 2
II.2.2) Additional CPV codes:
44115500 - Sprinkler systems.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Peabody (“Peabody”) is seeking to two providers to a two-lot framework, to provide a full PPM service across our estates fire equipment as required by Peabody Trust across London, Essex, Sussex and Cambridge. The aim is to create two lots; one covering PPM in relation to Fire Equipment, and one covering PPM in relation to Sprinklers. Full detail is contained within Section 4 of the ITT.
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: 2,000,000
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: Yes
Description of renewals: The duration of the Framework will be for 36 months, the potential to extend each individual Contract for each of the two Lots of the Framework by an additional 12 months. This extension would be issued solely at the discretion of Peabody and could apply to one or multiple Lots that operate under the Framework.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
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/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Requirements detailed within the SQ documents.
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: 2
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: N/A
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: Yes
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: 29/01/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/02/2021
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): 3
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E98GM442J7
VI.4) Procedures for review
VI.4.1) Review body:
High Court of Justice
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 23/12/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Peabody
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233, Email: patric.lemagnen@peabody.org.uk
Main Address: https://www.peabody.org.uk
NUTS Code: UKI
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: No
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: FRAMEWORK PANEL FOR THE PROVISION OF A PLANNED PREVENTATIVE MAINTENANCE SERVICE FOR FIRE SAFETY EQUIPMENT FOR PEABODY TRUST
Reference number: Not Provided
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework for the provision of PPM services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint two Contractors to a framework to provide a comprehensive PPM service across two lots, with one contractor appointed to each lot.
Lot 1 – PPM in relation to Fire Equipment (Pan-London)
Lot 2 – PPM in relation to Sprinklers (Pan-London)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,634,868
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 – PPM in relation to Fire Equipment (Pan-London)
Lot No:1
II.2.2) Additional CPV code(s):
45259000 - Repair and maintenance of plant.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Peabody (“Peabody”) is seeking to two providers to a two-lot framework, to provide a full PPM service across our estates fire equipment as required by Peabody Trust across London, Essex, Sussex and Cambridge. The aim is to create two lots; one covering PPM in relation to Fire Equipment, and one covering PPM in relation to Sprinklers. Full detail is contained within Section 4 of the ITT.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 – PPM in relation to Sprinklers (Pan-London)
Lot No:2
II.2.2) Additional CPV code(s):
44115500 - Sprinkler systems.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Peabody (“Peabody”) is seeking to two providers to a two-lot framework, to provide a full PPM service across our estates fire equipment as required by Peabody Trust across London, Essex, Sussex and Cambridge. The aim is to create two lots; one covering PPM in relation to Fire Equipment, and one covering PPM in relation to Sprinklers. Full detail is contained within Section 4 of the ITT.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./E98GM442J7
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: No
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: Yes
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: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/05/2021
V.2.2) Information about tenders
Number of tenders received: 5
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)
Lightside Ltd, 02630043
30 Oxford Road, London, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 6,634,868
Total value of the contract/lot: 6,634,868
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=625288720
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
London, 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
Not Provided
VI.5) Date of dispatch of this notice: 10/09/2021