Flagship Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV |
Notice type: | Contract Notice |
Authority: | Flagship Housing Group |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Flagship Group invites you to submit Tender for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement is split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers. The resulting framework contract will be for 3 years with further 1 extensions of 12 months. Bidders are required to use the following links to access the tenderbox for each lot: •Lot 1 – https://www.delta-esourcing.com/respond/9V467686K8 •Lot 2 – https://www.delta-esourcing.com/respond/96Z3734K9J •Lot 3 – https://www.delta-esourcing.com/respond/UJ84H9WT93 |
Published: | 06/12/2019 08:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement
The contract involves joint procurement: Yes.
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-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8
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: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV
Reference Number: Not provided
II.1.2) Main CPV Code:
50413200 - Repair and maintenance services of firefighting equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Flagship Group invites you to submit Tender for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement is split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers. The resulting framework contract will be for 3 years with further 1 extensions of 12 months.
Bidders are required to use the following links to access the tenderbox for each lot:
•Lot 1 – https://www.delta-esourcing.com/respond/9V467686K8
•Lot 2 – https://www.delta-esourcing.com/respond/96Z3734K9J
•Lot 3 – https://www.delta-esourcing.com/respond/UJ84H9WT93
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: Maintenance, service and responsive repairs to fire safety systems
Lot No: 1
II.2.2) Additional CPV codes:
31625200 - Fire-alarm systems.
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: Maintenance, service and responsive repairs to:
•Fire Detection and Alarm Systems
•Automatic Opening Vents
•Sprinkler and Misting Systems
•Emergency Lighting
For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9V467686K8
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract value / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/9V467686K8
II.2) Description Lot No. 2
II.2.1) Title: Maintenance, service and responsive repairs to warden call systems
Lot No: 2
II.2.2) Additional CPV codes:
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: Lot 2 Maintenance, service and responsive repairs to:
•Warden Call Systems and associated door entry systems
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/96Z3734K9J
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract cost / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/96Z3734K9J
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2) Description Lot No. 3
II.2.1) Title: Maintenance, service and responsive repairs to CCTV systems
Lot No: 3
II.2.2) Additional CPV codes:
35120000 - Surveillance and security systems and devices.
50800000 - Miscellaneous repair and maintenance services.
35100000 - Emergency and security equipment.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: Lot 3 Maintenance, service and responsive repairs to:
•Door Entry Systems to residential installation
•CCTV systems
•Automatic Doors ,Gates and Barriers
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/UJ84H9WT93
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract value / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/UJ84H9WT93
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
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:
Each Supplier must be a registered member of a relevant accreditation body specific to the lot(s) tendered.
As the minimum, the Lot 1 bidders must hold BAFE and NICEIC or ECA, for Lot 2- Bidders must hold National Security Inspectorate (NSI) and for Lot 3 – SSAIB accreditations
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 21/01/2020 Time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 21/01/2020
Time: 14:00
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-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9V467686K8
VI.4) Procedures for review
VI.4.1) Review body:
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
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: 06/12/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Victory Housing Trust
31 King Street, Norwich, NR 1PD, United Kingdom
Email: procurement@flagship-group.co.uk
Main Address: https://www.victoryhousing.co.uk/
NUTS Code: UKH1
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement:
The contract involves joint procurement: Yes
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: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV
Reference number: Not Provided
II.1.2) Main CPV code:
50413200 - Repair and maintenance services of firefighting equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Flagship Group awards the contract for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement was split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 589,698.45
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Maintenance, service and responsive repairs to fire safety systems
Lot No:1
II.2.2) Additional CPV code(s):
31625200 - Fire-alarm systems.
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: Maintenance, service and responsive repairs to:
•Fire Detection and Alarm Systems
•Automatic Opening Vents
•Sprinkler and Misting Systems
•Emergency Lighting
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract value / Weighting: 60
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
II.2) Description (lot no. 2)
II.2.1) Title:Maintenance, service and responsive repairs to warden call systems
Lot No:2
II.2.2) Additional CPV code(s):
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: Lot 2 Maintenance, service and responsive repairs to:
•Warden Call Systems and associated door entry systems
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract cost / Weighting: 60
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
II.2) Description (lot no. 3)
II.2.1) Title:Maintenance, service and responsive repairs to CCTV systems
Lot No:3
II.2.2) Additional CPV code(s):
35120000 - Surveillance and security systems and devices.
50800000 - Miscellaneous repair and maintenance services.
35100000 - Emergency and security equipment.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: Lot 3 Maintenance, service and responsive repairs to:
•Door Entry Systems to residential installation
•CCTV systems
•Automatic Doors ,Gates and Barriers
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Total contract value / Weighting: 60
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: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
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
Notice number in the OJEU: 2019/S 238-584155
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: 21/05/2020
V.2.2) Information about tenders
Number of tenders received: 11
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: 11
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
M English Security Limited, 04713999
2a George Edwards Road, Fakenham, NR21 8NL, United Kingdom
NUTS Code: UKH16
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: Not Provided
Total value of the contract/lot: 393,460.95
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: 21/05/2020
V.2.2) Information about tenders
Number of tenders received: 9
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: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MALTHOUSE SECURITY LTD, 06884001
Unit 10 Willow Farm Business Centre,, Allwood Green, Rickinghall, Diss, IP22 1LQ, United Kingdom
NUTS Code: UKH17
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: Not Provided
Total value of the contract/lot: 76,290
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/05/2020
V.2.2) Information about tenders
Number of tenders received: 6
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MALTHOUSE SECURITY LTD, 06884001
Unit 10 Willow Farm Business Centre, Allwood Green, Rickinghall, Diss, IP22 1LQ, United Kingdom
NUTS Code: UKH17
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: Not Provided
Total value of the contract/lot: 119,947.5
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=499638730
VI.4) Procedures for review
VI.4.1) Review body
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
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: 16/06/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Victory Housing Trust
31 King Street, Norwich, NR 1PD, United Kingdom
Email: procurement@flagship-group.co.uk
Main Address: https://www.victoryhousing.co.uk/
NUTS Code: UKH1