South East Assets Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Safety Equipment |
Notice type: | Contract Notice |
Authority: | South East Assets Procurement |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc.. It is anticipated that the annual contract value will be in the region of 600,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties. |
Published: | 11/06/2019 15:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
Email: procurement@effefftee.co.uk
Main Address: https://www.stonewater.org
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
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: www.delta-esourcing.com
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 Safety Equipment
Reference Number: T1-4838
II.1.2) Main CPV Code:
50413200 - Repair and maintenance services of firefighting equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc.. It is anticipated that the annual contract value will be in the region of 600,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties.
II.1.5) Estimated total value:
Value excluding VAT: 9,000,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers will not be awarded more than 2 lots i.e. could be awarded Lot 1 and 3 but not Lot 1 and 2. Please see the tender documentation for further information.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: West region
Lot No: 1
II.2.2) Additional CPV codes:
50710000 - Repair and maintenance services of electrical and mechanical building installations.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc. It is anticipated that the annual contract value will be in the region of 150,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties, in the West Region. Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission - Written Response / Weighting: 45
Quality criterion - Name: Technical Submission - Interview / Weighting: 25
Cost criterion - Name: Completed Price Framework / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,250,000
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: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
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/W4488BY7M3
II.2) Description Lot No. 2
II.2.1) Title: East & North region
Lot No: 2
II.2.2) Additional CPV codes:
50710000 - Repair and maintenance services of electrical and mechanical building installations.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
II.2.4) Description of procurement: Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc.. It is anticipated that the annual contract value will be in the region of 100,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties, in the East & North Region. Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission - Written Response / Weighting: 45
Quality criterion - Name: Technical Submission - Interview / Weighting: 25
Cost criterion - Name: Completed Price Framework / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
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: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
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: South region - East area (South East)
Lot No: 3
II.2.2) Additional CPV codes:
50710000 - Repair and maintenance services of electrical and mechanical building installations.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc.. It is anticipated that the annual contract value will be in the region of 200,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties, in the South Region - East Area (South East). Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission - Written Response / Weighting: 45
Quality criterion - Name: Technical Submission - Interview / Weighting: 25
Cost criterion - Name: Completed Price Framework / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 3,000,000
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: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
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: South region - West area (South West)
Lot No: 4
II.2.2) Additional CPV codes:
50710000 - Repair and maintenance services of electrical and mechanical building installations.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: Provision a 24 hour, 7 days a week, year round, fully comprehensive Testing, Servicing/Maintenance and Responsive Repair service to Fire Safety Equipment and Systems located in all of Stonewater’s communal and commercial sites, as well as other mechanical and electrical building installation such as lightening conductors, powered gates, powered doors, etc.. It is anticipated that the annual contract value will be in the region of 150,000 GBP and will cover, where applicable, all properties owned and/or managed by Stonewater, including commercial properties, in the South Region - West Area (South West). Please see the procurement documentation for the full scope of service for this contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Submission - Written Response / Weighting: 45
Quality criterion - Name: Technical Submission - Interview / Weighting: 25
Cost criterion - Name: Completed Price Framework / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,250,000
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: It is intended that the contract will run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further ten years (on a five years + five years basis.) The maximum duration of the contract is therefore 15 years.
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:
Please refer to the tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
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:
ConstructionLine (Silver membership minimum); SSIP (Safety Schemes in Procurement); NICEIC and BAFE Fire Safety Register
III.2.2) Contract performance conditions
Please refer to the tender documentation for all relevant information on the contract performance conditions.
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 - 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: 19/07/2019 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: 19/07/2019
Time: 12:30
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2034
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.
The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract/Lot at any stage of the procurement process or to award only a part of parts of any contract/Lot.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Repair-and-maintenance-services-of-firefighting-equipment./W4488BY7M3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W4488BY7M3
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
The Royal Courts of Justice, The Strand, LONDON, W2 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
The Royal Courts of Justice, The Strand, LONDON, W2 2LL, United Kingdom
Tel. +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, LONDON, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 11/06/2019
Annex A