Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Aids & Adaptations, and Specialist Works |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Peabody Group are seeking to appoint Contractors onto a framework to provide aids & adaptations, and specialist works 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 aids & adaptations, and specialist works service across two lots, with three contractors appointed to each lot. The scope of works deemed to be included within responsive repairs and specialist works comprises of, but is not limited to: a) Lot 1 - Specialist Works b) Lot 2 - Aids and Adaptations |
Published: | 11/09/2020 13:49 |
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:-Repair-and-maintenance-services./2D8398U399
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: Aids & Adaptations, and Specialist Works
Reference Number: Not provided
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework to provide aids & adaptations, and specialist works 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 aids & adaptations, and specialist works service across two lots, with three contractors appointed to each lot.
The scope of works deemed to be included within responsive repairs and specialist works comprises of, but is not limited to:
a) Lot 1 - Specialist Works
b) Lot 2 - Aids and Adaptations
II.1.5) Estimated total value:
Value excluding VAT: 22,400,000
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: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Specialist Works
Lot No: 1
II.2.2) Additional CPV codes:
45453100 - Refurbishment work.
44410000 - Articles for the bathroom and kitchen.
45310000 - Electrical installation work.
50411200 - Repair and maintenance services of gas meters.
50531200 - Gas appliance maintenance services.
09321000 - Hot water.
44115800 - Building internal fittings.
71314000 - Energy and related services.
45232452 - Drainage works.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The survey, design and carrying out repairs and Improvement works will comprise of but is not limited to:-
•Refurbishment of kitchens, bathrooms and toilets
•Full or partial renewal of electrical installations and gas heating and hot water installations
•Internal improvements
•Energy and sustainability works
•External decorations
•Communal area repair and replacement works
•External works and drainage
•Legal disrepair, EPA (Environmental Protection Act), EHO (Environmental Health Order) cases and complaint cases
•Major Disability Aids and Adaptations
and all relevant associated works to, and around, occupied or void dwellings and supported housing schemes for the young, elderly and people with disabilities.
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: 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 Lots (or one or multiple Contractors within an individual Lot) that operate under the Framework.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Specified in the Procurement Documents
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/2D8398U399
II.2) Description Lot No. 2
II.2.1) Title: Aids & Adaptations
Lot No: 2
II.2.2) Additional CPV codes:
34953000 - Access ramps.
42416300 - Hoists.
33192600 - Lifting equipment for health care sector.
42416110 - Bath lifts.
44115600 - Stairlifts.
45313100 - Lift installation work.
39141400 - Fitted kitchens.
44410000 - Articles for the bathroom and kitchen.
45212500 - Kitchen or restaurant conversion.
45421151 - Installation of fitted kitchens.
45211310 - Bathrooms construction work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Lot 2 - Aids and Adaptations are minor and major alterations to Residents homes which play a significant role in making their homes more accessible and safer, for a disabled or elderly person.
Major adaptations will comprise of but is not limited to the following works and installations:-
•Level access shower rooms, wet-rooms and the removal of any existing bath and making good works.
•A shower over an existing bath
•An adapted kitchen
•Stair lifts and through floor lifts
•A variety of hoists
•Ramped access solutions
Minor Adaptations will comprise of repair type works such as the installation of:
•grab rails
•bannister handrails
•lever taps
•threshold ramps,
•levelling internal thresholds
•and re-hanging doors
Minor adaptations will primarily be undertaken by the responsive repairs contractors however contractors may also be asked to undertake these works as part of a larger installation or to support capacity and delivery.
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: 2,400,000
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 Lots (or one or multiple Contractors within an individual Lot) that operate under the Framework.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Contained within the Procurement Documents.
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:
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.2.1) 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: 12/10/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/11/2020
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:-Repair-and-maintenance-services./2D8398U399
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2D8398U399
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
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: 11/09/2020
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: Aids & Adaptations, and Specialist Works
Reference number: Not Provided
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody Group are seeking to appoint Contractors onto a framework to provide aids & adaptations, and specialist works 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 aids & adaptations, and specialist works service across two lots, with three contractors appointed to each lot.
The scope of works deemed to be included within responsive repairs and specialist works comprises of, but is not limited to:
a) Lot 1 - Specialist Works
b) Lot 2 - Aids and Adaptations
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 22,400,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Specialist Works
Lot No:1
II.2.2) Additional CPV code(s):
45453100 - Refurbishment work.
44410000 - Articles for the bathroom and kitchen.
45310000 - Electrical installation work.
50411200 - Repair and maintenance services of gas meters.
50531200 - Gas appliance maintenance services.
09321000 - Hot water.
44115800 - Building internal fittings.
71314000 - Energy and related services.
45232452 - Drainage works.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The survey, design and carrying out repairs and Improvement works will comprise of but is not limited to:-
•Refurbishment of kitchens, bathrooms and toilets
•Full or partial renewal of electrical installations and gas heating and hot water installations
•Internal improvements
•Energy and sustainability works
•External decorations
•Communal area repair and replacement works
•External works and drainage
•Legal disrepair, EPA (Environmental Protection Act), EHO (Environmental Health Order) cases and complaint cases
•Major Disability Aids and Adaptations
and all relevant associated works to, and around, occupied or void dwellings and supported housing schemes for the young, elderly and people with disabilities.
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/2D8398U399
II.2) Description (lot no. 2)
II.2.1) Title:Aids & Adaptations
Lot No:2
II.2.2) Additional CPV code(s):
34953000 - Access ramps.
42416300 - Hoists.
33192600 - Lifting equipment for health care sector.
42416110 - Bath lifts.
44115600 - Stairlifts.
45313100 - Lift installation work.
39141400 - Fitted kitchens.
44410000 - Articles for the bathroom and kitchen.
45212500 - Kitchen or restaurant conversion.
45421151 - Installation of fitted kitchens.
45211310 - Bathrooms construction work.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 2 - Aids and Adaptations are minor and major alterations to Residents homes which play a significant role in making their homes more accessible and safer, for a disabled or elderly person.
Major adaptations will comprise of but is not limited to the following works and installations:-
•Level access shower rooms, wet-rooms and the removal of any existing bath and making good works.
•A shower over an existing bath
•An adapted kitchen
•Stair lifts and through floor lifts
•A variety of hoists
•Ramped access solutions
Minor Adaptations will comprise of repair type works such as the installation of:
•grab rails
•bannister handrails
•lever taps
•threshold ramps,
•levelling internal thresholds
•and re-hanging doors
Minor adaptations will primarily be undertaken by the responsive repairs contractors however contractors may also be asked to undertake these works as part of a larger installation or to support capacity and delivery.
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: Not Provided
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
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: 1
Lot Number: 1
Title: Specialist Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
Pilon Ltd, 05175644
Suite 4b, Colombia, Bracknell, United Kingdom
NUTS Code: UKI
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: 6,700,000
Total value of the contract/lot: 6,700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 1
Title: Specialist Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
Advanced Building & Maintenance Services Ltd, 06659934
Unit 7a, Radford Cres, Billericay, United Kingdom
NUTS Code: UKI
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: 6,700,000
Total value of the contract/lot: 6,700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: 3
Lot Number: 1
Title: Specialist Works
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
Saltash Enterprises Ltd, 01977118
110-116 Ormside Street, London, United Kingdom
NUTS Code: UKI
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: 6,700,000
Total value of the contract/lot: 6,700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: 4
Lot Number: 2
Title: Aids & Adaptations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
EffectAble Construction Services Limited, 04002709
1 Warner House ,The Harrovian Business Village,, Middlesex, United Kingdom
NUTS Code: UKI
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: 800,000
Total value of the contract/lot: 800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: 5
Lot Number: 2
Title: Aids & Adaptations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
Saltash Enterprises Ltd, 01977118
110-116 Ormside Street, London, United Kingdom
NUTS Code: UKI
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: 800,000
Total value of the contract/lot: 800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: 6
Lot Number: 2
Title: Aids & Adaptations
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/06/2021
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)
Advanced Building & Maintenance Services Ltd, 06659934
Unit 7a, Radford Cres, Billericay, United Kingdom
NUTS Code: UKI
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: 800,000
Total value of the contract/lot: 800,000
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=635751576
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
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: 22/10/2021