South East Assets Procurement: Fire Safety Equipment

  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
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-Leicester: Repair and maintenance services of firefighting equipment.
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


View any Notice Addenda

View Award Notice