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 |
View Full Notice
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
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