Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PE0602 Mechanical and Electrical Building Services Repairs, Maintenance and Compliance Programme |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Procurement is in relation to a 24/7/365 day to day responsive repairs and planned preventative maintenance service to various mechanical and electrical building installations, together with some planned replacements of plant and equipment to our housing stock under a Term Alliance Contract. The work (‘Tasks’) are split into three Lots that are in turn divided into five geographical Areas. |
Published: | 19/02/2025 17:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7901956223, Email: sarah.carpenter@peabody.org.uk
Contact: Sarah Carpenter
Main Address: www.delta-esourcing.com
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:-Repair-and-maintenance-services-of-electrical-building-installations./XM43958PDV
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:
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: PE0602 Mechanical and Electrical Building Services Repairs, Maintenance and Compliance Programme
Reference Number: PE0602
II.1.2) Main CPV Code:
50711000 - Repair and maintenance services of electrical building installations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Procurement is in relation to a 24/7/365 day to day responsive repairs and planned preventative maintenance service to various mechanical and electrical building installations, together with some planned replacements of plant and equipment to our housing stock under a Term Alliance Contract. The work (‘Tasks’) are split into three Lots that are in turn divided into five geographical Areas.
II.1.5) Estimated total value:
Value excluding VAT: 320,000,000
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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: There is no restriction to the number of Lots Applicants may bid for. However, the Authority will award no more than one Area in any Lot to a single Provider. Accordingly, the Authority may award no more than five Areas (one in each Lot) to any one Provider. Refer section 12.3 of the draft Invitation to Tender for each Lot for a further explanation of how Areas in each Lot will be awarded.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 Fire Safety Equipment Maintenance - Area A North West London
Lot No: 1a
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111300 - Fire extinguishers.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a. The initial contract term (5 years);
b. The optional extension term (+ 5 years);
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/XM43958PDV
II.2) Description Lot No. 2
II.2.1) Title: Lot 1 Fire Safety Equipment Maintenance - Area B – North East London
Lot No: 1b
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111300 - Fire extinguishers.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the tender documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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: Lot 1 Fire Safety Equipment Maintenance - Area C – South London
Lot No: 1c
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111300 - Fire extinguishers.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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: Lot 1 Fire Safety Equipment Maintenance - North East Counties
Lot No: 1d
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111300 - Fire extinguishers.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
50620000 - Repair and maintenance services of firearms and ammunition.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
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: 10,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 5
II.2.1) Title: Lot 1 Fire Safety Equipment Maintenance - Area E North West Counties
Lot No: 1e
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111300 - Fire extinguishers.
44482000 - Fire-protection devices.
45312100 - Fire-alarm system installation work.
45343000 - Fire-prevention installation works.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.
51700000 - Installation services of fire protection equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
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: 10,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 6
II.2.1) Title: Lot 2 Security Systems and Communication Equipment Maintenance - Area A – North West London
Lot No: 2a
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
44221400 - Shutters.
44221300 - Gates.
32324400 - Television aerials.
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 7
II.2.1) Title: Lot 2 Security Systems and Communication Equipment Maintenance - Area B – North East London
Lot No: 2b
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
44221400 - Shutters.
44221300 - Gates.
32324400 - Television aerials.
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 8
II.2.1) Title: Lot 2 Security Systems and Communication Equipment Maintenance - Area C – South London
Lot No: 2c
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
44221400 - Shutters.
44221300 - Gates.
32324400 - Television aerials.
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 9
II.2.1) Title: Lot 2 Security Systems and Communication Equipment Maintenance - Area D – North East Counties
Lot No: 2d
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
44221400 - Shutters.
44221300 - Gates.
32324400 - Television aerials.
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
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: 10,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 10
II.2.1) Title: Lot 2 Security Systems and Communication Equipment Maintenance - Area E – North West Counties
Lot No: 2e
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
44221400 - Shutters.
44221300 - Gates.
32324400 - Television aerials.
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
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: 10,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As started in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 11
II.2.1) Title: Lot 3: Electrical Building Services Maintenance - Area A – North West London
Lot No: 3a
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.
31518200 - Emergency lighting equipment.
45312310 - Lightning-protection works.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
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: 40,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 12
II.2.1) Title: Lot 3: Electrical Building Services Maintenance - Area B – North East London
Lot No: 3b
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.
31518200 - Emergency lighting equipment.
45312310 - Lightning-protection works.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
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: 40,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 13
II.2.1) Title: Lot 3: Electrical Building Services Maintenance - Area C – South London
Lot No: 3c
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.
31518200 - Emergency lighting equipment.
45312310 - Lightning-protection works.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
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: 40,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 14
II.2.1) Title: Lot 3: Electrical Building Services Maintenance - Area D – North East Counties
Lot No: 3d
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.
31518200 - Emergency lighting equipment.
45312310 - Lightning-protection works.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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. 15
II.2.1) Title: Lot 3: Electrical Building Services Maintenance - Area E – North West Counties
Lot No: 3e
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
45311000 - Electrical wiring and fitting work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45315100 - Electrical engineering installation works.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.
31518200 - Emergency lighting equipment.
45312310 - Lightning-protection works.
50000000 - Repair and maintenance services.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
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: 20,000,000
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:
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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:
As stated in the 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: 11/04/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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 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.
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-building-installations./XM43958PDV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XM43958PDV
VI.4) Procedures for review
VI.4.1) Review body:
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7901956223, Email: procurement.enquiries@peabody.org.uk
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: 19/02/2025
Annex A