Ex Employees is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework Panel for Mechanical & Electrical Fire Services, For Peabody Trust |
Notice type: | Contract Notice |
Authority: | Ex Employees |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Peabody Group are seeking to appoint Contractors onto a framework for the provision of mechanical & electrical fire services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive mechanical & electrical fire service, with five contractors appointed. The scope of works deemed to be included within FRA works comprises of, but is not limited to: Mechanical & Electrical Fire Services (pan-London) Upgrade and or installation of the following types of equipment: •Sprinklers Communal •Sprinklers Domestic •AOV Communal •Fires Alarms Domestic •Fire Alarms Communal •Emergency Lighting Communal •Fire blankets •Fire Extinguishers •Fire Damper Installation Communal •Fire Damper Installation Domestic •Wet and Dry risers •Emergency Lighting •Fire Roller Shutters |
Published: | 02/09/2021 20:14 |
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:-Fire-prevention-installation-works./Q6VKWD93H9
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-title/Q6VKWD93H9 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: https://www.delta-esourcing.com/tenders/UK-title/Q6VKWD93H9
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 Mechanical & Electrical Fire Services, For Peabody Trust
Reference Number: Not provided
II.1.2) Main CPV Code:
45343000 - Fire-prevention installation works.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework for the provision of mechanical & electrical fire services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive mechanical & electrical fire service, with five contractors appointed.
The scope of works deemed to be included within FRA works comprises of, but is not limited to:
Mechanical & Electrical Fire Services (pan-London)
Upgrade and or installation of the following types of equipment:
•Sprinklers Communal
•Sprinklers Domestic
•AOV Communal
•Fires Alarms Domestic
•Fire Alarms Communal
•Emergency Lighting Communal
•Fire blankets
•Fire Extinguishers
•Fire Damper Installation Communal
•Fire Damper Installation Domestic
•Wet and Dry risers
•Emergency Lighting
•Fire Roller Shutters
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
44482000 - Fire-protection devices.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Detailed in the ITT documents
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: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The duration of the Contract will be for 36 months, with the possible extension for up to a further 12 months subject to agreement between Peabody and the successful Providers. This extension would be issued solely at the discretion of Peabody Group and could apply to one or multiple Contractors that operate under the Framework.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 8
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/Q6VKWD93H9
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.2.2) 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: 5
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: 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: 04/10/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 01/11/2021
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:-Fire-prevention-installation-works./Q6VKWD93H9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q6VKWD93H9
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts 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: 02/09/2021
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 Mechanical & Electrical Fire Services, For Peabody Trust
Reference number: Not Provided
II.1.2) Main CPV code:
45343000 - Fire-prevention installation works.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework for the provision of mechanical & electrical fire services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive mechanical & electrical fire service, with five contractors appointed. The scope of works deemed to be included within FRA works comprises of, but is not limited to: Mechanical & Electrical Fire Services (pan-London) Upgrade and or installation of the following types of equipment: •Sprinklers Communal •Sprinklers Domestic •AOV Communal •Fires Alarms Domestic •Fire Alarms Communal •Emergency Lighting Communal •Fire blankets •Fire Extinguishers •Fire Damper Installation Communal •Fire Damper Installation Domestic •Wet and Dry risers •Emergency Lighting •Fire Roller Shutters
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 8,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
44482000 - Fire-protection devices.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Detailed in the ITT documents
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/Q6VKWD93H9
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
Notice number in the OJEU: 2021/S 000-021824
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: 12/01/2023
V.2.2) Information about tenders
Number of tenders received: 18
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)
RGE Services Ltd, 03305853
The Nurseries, Gravel Lane,, Chigwell, IG7 6BZ, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.2)
Lightning Safety Systems Ltd, 06484309
Unit 1 Mornington Place, Waterberry Drive, Waterlooville, Hampshire, P07 7XX, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.3)
Lightside Ltd, 02630043
30 Oxford Road, London, N4 3EY, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.4)
LMAC Group Ltd, 13615409
George House, Hallsford Bridge Ind Estate, Stondon Road, Ongar, Essex, CM5 9RB, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
Contractor (No.5)
Sureserve Fire and Electrical Limited, 02504054
Unit, Tardley Business Park, Luckyn Lane, Basildon, Essex, SS14 3BZ, United Kingdom
NUTS Code: UKI
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: 8,000,000
Total value of the contract/lot: 8,000,000
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=769644513
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts 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: 12/04/2023