Peabody Trust: Electrical and Mechanical Building works

  Peabody Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electrical and Mechanical Building works
Notice type: Contract Notice
Authority: Peabody Trust
Nature of contract: Services
Procedure: Restricted
Short Description: The Procurement is in relation to a programme to deliver a 24/7/365 day to day responsive repairs and maintenance service, together with some planned capital investment works for a series of building and compliance services in two Lots. Lot 1 – Electrical building services repairs, maintenance and compliance Lot 2 – Mechanical building services repairs, maintenance and compliance
Published: 04/06/2021 15:03
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Repair and maintenance services of electrical and mechanical building installations.
Section I: Contracting Authority
      I.1) Name and addresses
             Catalyst Housing Limited
             26-30 Uxbridge Road, Ealing, London, W5 2AU, United Kingdom
             Tel. +44 2088323140, Email: nasreen.tayab@chg.org.uk
             Contact: Nasreen Tayab
             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: 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-of-electrical-and-mechanical-building-installations./XHTR974D9G
      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
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Electrical and Mechanical Building works       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50710000 - Repair and maintenance services of electrical and mechanical building installations.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Procurement is in relation to a programme to deliver a 24/7/365 day to day responsive repairs and maintenance service, together with some planned capital investment works for a series of building and compliance services in two Lots.

Lot 1 – Electrical building services repairs, maintenance and compliance
Lot 2 – Mechanical building services repairs, maintenance and compliance       
      II.1.5) Estimated total value:
      Value excluding VAT: 80,000,000       
      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: Electrical Works       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45310000 - Electrical installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1 – Electrical building services repairs, maintenance and compliance
Includes but is not limited to the following services:

Fire Fighting Equipment to include:

•Fire alarms
•Fire extinguishers
•Wet and dry risers
•Sprinklers and misting systems
•Hydrants
•AOV smoke ventilation systems
•Emergency lighting
•Lightning protection

Lighting system upgrades

Fall Arrest systems

Door Entry and Access Control systems

Security systems (including CCTV, Gates and Shutters)

Photovoltaic Panels and Green Roofs

Warden Call systems

Electrical installations and remedial works following testing

TV Aerials and IRS systems

Car Park and Plant Room Ventilation Fans

Asbestos Management services
      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: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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:
       Not provided
      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/XHTR974D9G       
II.2) Description Lot No. 2
      
      II.2.1) Title: Mechanical works       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      45351000 - Mechanical engineering installation works.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2 – Mechanical building services repairs, maintenance and compliance
Includes but is not limited to the following services:

Installations as may be instructed from time to time for:
•Gas and heating plant (commercial and domestic)
•Electrical works in connection

Communal Plant to include:
•Heat generation systems (gas, biomass, CHP and renewables)
•Hot & Cold Water systems (tanks, booster sets, pumps, domestic unvented hot water cylinders)

Water Hygiene Testing and Maintenance to include:
•Thermostatic Mixing Valve (‘TMV’) maintenance

Ventilation systems to include:
•Domestic Mechanical Vent Heat Recovery (‘MVHR’) systems
•Fans to bin chute chambers

Heating and cooling systems to include:
•Air conditioning systems in common parts

Asbestos Management services.
      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: 80,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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:
       Not provided
      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/SPD33N6AN6       


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:          
      As stated in the procurement documents    
      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 - NO        
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/07/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/08/2021       
      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: 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 Yes       
   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.

Lot 1 - Electrical Works - access code XHTR974D9G
Lot 2 - Mechanical Works - access code SPD33N6AN6
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-of-electrical-and-mechanical-building-installations./XHTR974D9G

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XHTR974D9G
   VI.4) Procedures for review
   VI.4.1) Review body:
             Catalyst Housing Limited
       Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
       Tel. +44 2088323140
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          The Strand, 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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 04/06/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Catalyst Housing Limited
       26-30 Uxbridge Road, Ealing, London, W5 2AU, United Kingdom
       Tel. +44 2088323140, Email: nasreen.tayab@chg.org.uk
       Contact: Nasreen Tayab
       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: 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: Electrical and Mechanical Building works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50710000 - Repair and maintenance services of electrical and mechanical building installations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Procurement is in relation to a programme to deliver a 24/7/365 day to day responsive repairs and maintenance service, together with some planned capital investment works for a series of building and compliance services in two Lots.

Lot 1 – Electrical building services repairs, maintenance and compliance
Lot 2 – Mechanical building services repairs, maintenance and compliance

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 80,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Electrical Works   
      Lot No:1

      II.2.2) Additional CPV code(s):
            45310000 - Electrical 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 1 – Electrical building services repairs, maintenance and compliance
Includes but is not limited to the following services:

Fire Fighting Equipment to include:

•Fire alarms
•Fire extinguishers
•Wet and dry risers
•Sprinklers and misting systems
•Hydrants
•AOV smoke ventilation systems
•Emergency lighting
•Lightning protection

Lighting system upgrades

Fall Arrest systems

Door Entry and Access Control systems

Security systems (including CCTV, Gates and Shutters)

Photovoltaic Panels and Green Roofs

Warden Call systems

Electrical installations and remedial works following testing

TV Aerials and IRS systems

Car Park and Plant Room Ventilation Fans

Asbestos Management services

      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/respond/XHTR974D9G

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Mechanical works   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45351000 - Mechanical engineering installation works.


      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 – Mechanical building services repairs, maintenance and compliance
Includes but is not limited to the following services:

Installations as may be instructed from time to time for:
•Gas and heating plant (commercial and domestic)
•Electrical works in connection

Communal Plant to include:
•Heat generation systems (gas, biomass, CHP and renewables)
•Hot & Cold Water systems (tanks, booster sets, pumps, domestic unvented hot water cylinders)

Water Hygiene Testing and Maintenance to include:
•Thermostatic Mixing Valve (‘TMV’) maintenance

Ventilation systems to include:
•Domestic Mechanical Vent Heat Recovery (‘MVHR’) systems
•Fans to bin chute chambers

Heating and cooling systems to include:
•Air conditioning systems in common parts

Asbestos Management services.

      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/respond/SPD33N6AN6


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: 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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/03/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             East West Connect Ltd, 02321487
             Aquila House, Waterloo Lane, Chelmsford, CM11BN, United Kingdom
             NUTS Code: UKH3
            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: 80,000,000          
         Total value of the contract/lot: 80,000,000
         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: 2    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/03/2022

      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)
             Stapletech Limited, 02834522
             Melbury House, 34 Southborough Road, Bromley, BR1 2EB, United Kingdom
             NUTS Code: UKI61
            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: 80,000,000          
         Total value of the contract/lot: 80,000,000
         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.

Lot 1 - Electrical Works - access code XHTR974D9G
Lot 2 - Mechanical Works - access code SPD33N6AN6
To view this notice, please click here:
https://catalyst.delta-esourcing.com/delta/viewNotice.html?noticeId=716817092

   VI.4) Procedures for review

      VI.4.1) Review body
          Catalyst Housing Limited
          Ealing Gateway, 26-30 Uxbridge Road, London, W5 2AU, United Kingdom
          Tel. +44 2088323140

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          The Strand, 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
          Royal Court of Justice
          Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 26/08/2022