- Scope of the procurement
- Lot 1a Multi Trade for Disrepairs and Specialist Works (CPS Area)
- Lot 1b Multi Trade for Disrepairs and Specialist Works (PGM Area)
- Lot 2a Voids Works (CPS Area)
- Lot 2b Voids Works (PGM Area)
- Lot 3a Out of Hours Multi Trade Responsive Repairs (CPS Area)
- Lot 3b Out of Hours Multi Trade Responsive Repairs
- Lot 4a Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (CPS Area)
- Lot 4b Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (PGM Area)
- Lot 5a Glazing, Windows, Doors (CPS Area)
- Lot 5b Glazing, Windows, Doors (PGM area)
- Lot 6a Electrical (planned and responsive) (CPS Area)
- Lot 6b Electrical (planned and responsive)(PGM Area)
- Lot 7a Damp and Mould Services (CPS Area)
- Lot 7b Damp and Mould Services (PGM Area)
- Lot 8a Drainage and Plumbing Services (CPS Area)
- Lot 8b Drainage and Plumbing Services (PGM Services)
- Lot 9a Gas Services (CPS Area)
- Lot 9b Gas Services (PGM Area)
- Lot 10a Pest Control Services (CPS Area)
- Lot 10b Pest Control Services (PGM Area)
- Lot 11a Supply and Installation of Flooring Services (CPS Area)
- Lot 11b Supply and Installation of Flooring Services (PGM Area)
- Lot 12a Fencing and Grounds Works (CPS Area)
- Lot 12b Fencing and Grounds Works (PGM Area)
Section one: Contracting authority
one.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road
London
SW1 7JB
Contact
Sarah Carpenter
sarah.carpenter@peabody.org.uk
Telephone
+44 7901956223
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
one.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./N7S363V7F9
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PE0522 DLO Support Contractor Services
Reference number
PE0522
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Peabody DLO service is currently delivered by direct labour of PGM and CPS with support as required by multiple contracts with a mixture of support contractors. The DLO is seeking to appoint suitably qualified and experienced support contractors over 12 lots to support with peaks of high demand of repairs, specialist services and larger works as necessary.
two.1.5) Estimated total value
Value excluding VAT: £232,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1a Multi Trade for Disrepairs and Specialist Works (CPS Area)
Lot No
Lot 1a
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Multi Trade lot to support our DLO with disrepairs and specialist works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £18,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/N7S363V7F9
two.2) Description
two.2.1) Title
Lot 1b Multi Trade for Disrepairs and Specialist Works (PGM Area)
Lot No
Lot 1b
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Multi Trade lot to support our DLO with disrepairs and specialist works for PGM covering the geographical areas within the London Boroughs
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
he initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2a Voids Works (CPS Area)
Lot No
Lot 2a
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Void works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2b Voids Works (PGM Area)
Lot No
Lot 2b
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Voids works for PGM covering the geographical areas within the London Boroughs
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3a Out of Hours Multi Trade Responsive Repairs (CPS Area)
Lot No
Lot 3a
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Out of Hours Multi Trade lot to support our DLO with disrepairs and specialist works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3b Out of Hours Multi Trade Responsive Repairs
Lot No
Lot 3b
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Out of hours Multi Trade lot to support our DLO with disrepairs and specialist works for PGM covering the geographical areas within the London Boroughs
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4a Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (CPS Area)
Lot No
Lot 4a
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 45262100 - Scaffolding work
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with roofing and guttering works and associated services including scaffolding, cherry pickers, abseiling and eyebolt testing for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4b Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (PGM Area)
Lot No
Lot 4b
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
- 45262100 - Scaffolding work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with roofing and guttering works and associated services including scaffolding, cherry pickers, abseiling and eyebolt testing for PGM covering the geographical areas of the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5a Glazing, Windows, Doors (CPS Area)
Lot No
Lot 5a
two.2.2) Additional CPV code(s)
- 45441000 - Glazing work
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with glazing, windows and door replacement services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 5b Glazing, Windows, Doors (PGM area)
Lot No
Lot 5b
two.2.2) Additional CPV code(s)
- 45441000 - Glazing work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with glazing, windows and door replacement services for PGM covering the geographical areas of the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6a Electrical (planned and responsive) (CPS Area)
Lot No
Lot 6a
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with planned and responsive electrical services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 6b Electrical (planned and responsive)(PGM Area)
Lot No
Lot 6b
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with planned and responsive electrical services for PGM covering the geographical areas of the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 7a Damp and Mould Services (CPS Area)
Lot No
Lot 7a
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with specialist damp and Mould services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 7b Damp and Mould Services (PGM Area)
Lot No
Lot 7b
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with specialist damp and mould services for PGM covering the geographical areas within the London Boroughs
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 8a Drainage and Plumbing Services (CPS Area)
Lot No
Lot 8a
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45330000 - Plumbing and sanitary works
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with Drainage and Plumbing works and services as required for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 8b Drainage and Plumbing Services (PGM Services)
Lot No
Lot 8b
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
- 45330000 - Plumbing and sanitary works
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with Drainage and Plumbing works and services as required for PGM covering the geographical areas within the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 9a Gas Services (CPS Area)
Lot No
Lot 9a
two.2.2) Additional CPV code(s)
- 45333000 - Gas-fitting installation work
- 45333100 - Gas regulation equipment installation work
- 50411200 - Repair and maintenance services of gas meters
- 50531200 - Gas appliance maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with gas works and services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 9b Gas Services (PGM Area)
Lot No
Lot 9b
two.2.2) Additional CPV code(s)
- 45333000 - Gas-fitting installation work
- 45333100 - Gas regulation equipment installation work
- 50411200 - Repair and maintenance services of gas meters
- 50531200 - Gas appliance maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with gas works and services for PGM covering the geographical areas within the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 10a Pest Control Services (CPS Area)
Lot No
Lot 10a
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with pest control and proofing specialist services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 10b Pest Control Services (PGM Area)
Lot No
Lot 10b
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with pest control and proofing services for PGM covering the geographical areas within the London Boroughs
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
: Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 11a Supply and Installation of Flooring Services (CPS Area)
Lot No
Lot 11a
two.2.2) Additional CPV code(s)
- 44112210 - Solid flooring
- 45432113 - Parquet flooring
- 45432114 - Wood flooring work
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with supply and installation of all type of flooring requirements for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 11b Supply and Installation of Flooring Services (PGM Area)
Lot No
Lot 11b
two.2.2) Additional CPV code(s)
- 44112210 - Solid flooring
- 45432113 - Parquet flooring
- 45432114 - Wood flooring work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with supply and installation of all type of flooring requirements for PGM covering the geographical areas within the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 12a Fencing and Grounds Works (CPS Area)
Lot No
Lot 12a
two.2.2) Additional CPV code(s)
- 45342000 - Erection of fencing
- 45111230 - Ground-stabilisation work
- 45111240 - Ground-drainage work
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire and Hertfordshire
two.2.4) Description of the procurement
Support our DLO with fencing and ground work for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 12b Fencing and Grounds Works (PGM Area)
Lot No
Lot 12b
two.2.2) Additional CPV code(s)
- 45342000 - Erection of fencing
- 77314000 - Grounds maintenance services
- 45111230 - Ground-stabilisation work
- 45111240 - Ground-drainage work
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Support our DLO with fencing and ground work for PGM covering the geographical areas with the London Boroughs.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria is set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Contractors must be suitably qualified and on the appropriate trade register for the services/works being undertaken.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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./N7S363V7F9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N7S363V7F9
GO Reference: GO-2025129-PRO-29254568
six.4) Procedures for review
six.4.1) Review body
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
Country
United Kingdom