Tender

PE0522 DLO Support Contractor Services

  • Peabody Trust

F02: Contract notice

Notice identifier: 2025/S 000-003035

Procurement identifier (OCID): ocds-h6vhtk-04d72f

Published 29 January 2025, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Peabody Trust

45 Westminster Bridge Road

London

SW1 7JB

Contact

Sarah Carpenter

Email

sarah.carpenter@peabody.org.uk

Telephone

+44 7901956223

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

https://www.peabody.org.uk/

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