Tender

EPCOMP21 - Compliance Framework

  • Eastern Procurement Limited
  • Eastern Procurement Ltd

F02: Contract notice

Notice identifier: 2021/S 000-013673

Procurement identifier (OCID): ocds-h6vhtk-02bcdc

Published 16 June 2021, 5:40pm



Section one: Contracting authority

one.1) Name and addresses

Eastern Procurement Limited

The Old Granary, Grange Farm, Ashwellthorpe

Norwich

NR16 1ET

Email

info@eastern-procurement.co.uk

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://in-tendhost.co.uk/epl/aspx/Home

Buyer's address

http://in-tendhost.co.uk/epl/aspx/Home

one.1) Name and addresses

Eastern Procurement Ltd

The Old Granary, Grange Farm

Ashwellthorpe

Email

info@eastern-procurement.co.uk

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://in-tendhost.co.uk/epl/aspx/Home

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/epl/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/epl/aspx/Home

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

EPCOMP21 - Compliance Framework

Reference number

EPL - 0085

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework procurement is for those Service Providers who can provide the work under this framework which will consist of but not limited to: 1. Lot 1 Alarms, Entry Systems, Security, Emergency Lighting, Lightning Protection, System Street Lighting, and Associated Services (we will appoint between 5 and 7 Service Providers)2. Lot 2 Passenger Lifts, Stairlifts, Hoists: Installation servicing and Repair (We will appoint between 3 and 5 Service Providers)3. Lot 3 Water Hygiene - Testing, Servicing and Remedial Works (We will appoint between 5-7 Service Providers)4. Lot 4 Asbestos: Removal and Survey (We will appoint between 4-6 Service Providers)5. Lot 5 Independent Auditing (Gas And Electricals) (We will appoint between 3-5 Service Providers)6. Lot 6 Fire Risk Assessment and Remedial Works (We will appoint between 3-5 Service Providers)

two.1.5) Estimated total value

Value excluding VAT: £13,015,008

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

Alarms, Entry Systems, Security, Emergency Lighting, Lightning Protection, System Street Lighting, and Associated Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 22457000 - Entrance cards
  • 35120000 - Surveillance and security systems and devices
  • 34928510 - Street-lighting columns
  • 34993100 - Tunnel lighting
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 35125300 - Security cameras
  • 31500000 - Lighting equipment and electric lamps
  • 45312000 - Alarm system and antenna installation work
  • 42961100 - Access control system
  • 35121700 - Alarm systems
  • 45310000 - Electrical installation work
  • 31625200 - Fire-alarm systems
  • 31625000 - Burglar and fire alarms
  • 31527260 - Lighting systems
  • 31216200 - Lightning conductors
  • 31216000 - Lightning arrestors
  • 45312100 - Fire-alarm system installation work
  • 31518200 - Emergency lighting equipment
  • 65320000 - Operation of electrical installations
  • 31216100 - Lightning-protection equipment
  • 32552600 - Entrance telephones
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 32352000 - Aerials and reflectors
  • 35111000 - Firefighting equipment
  • 45312311 - Lightning-conductor installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 45312310 - Lightning-protection works
  • 50232110 - Commissioning of public lighting installations
  • 33196100 - Devices for the elderly
  • 79711000 - Alarm-monitoring services
  • 71314100 - Electrical services
  • 45312200 - Burglar-alarm system installation work
  • 32324400 - Television aerials
  • 71630000 - Technical inspection and testing services
  • 50610000 - Repair and maintenance services of security equipment
  • 35100000 - Emergency and security equipment

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UK - United Kingdom
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Alarms, Entry Systems, Security, Emergency Lighting, Lightning Protection, System Street Lighting, and Associated Services

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: £2,400,645

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Passenger Lifts, Stairlifts, Hoists: Installation servicing and Repair

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33192600 - Lifting equipment for health care sector
  • 50750000 - Lift-maintenance services
  • 44115600 - Stairlifts
  • 42416130 - Mechanical lifts
  • 45313100 - Lift installation work
  • 42419510 - Parts of lifts
  • 42416100 - Lifts
  • 50000000 - Repair and maintenance services
  • 51511000 - Installation services of lifting and handling equipment, except lifts and escalators
  • 45313000 - Lift and escalator installation work

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UK - United Kingdom
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Passenger Lifts, Stairlifts, Hoists: Installation servicing and Repair

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: £1,062,864

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Water Hygiene - Testing, Servicing and Remedial Works

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 33191000 - Sterilisation, disinfection and hygiene devices
  • 38910000 - Hygiene monitoring and testing equipment
  • 71321300 - Plumbing consultancy services
  • 90711100 - Risk or hazard assessment other than for construction
  • 44611500 - Water tanks
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 45232430 - Water-treatment work
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 71700000 - Monitoring and control services
  • 45332200 - Water plumbing work
  • 90921000 - Disinfecting and exterminating services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UK - United Kingdom
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Water Hygiene - Testing, Servicing and Remedial Works

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: £3,626,615

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Asbestos: Removal and Survey

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UK - United Kingdom
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Asbestos: Removal and Survey

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: £2,972,128

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Independent Auditing (Gas And Electricals)

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 79212300 - Statutory audit services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UK - United Kingdom
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Independent Auditing (Gas And Electricals)

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: £1,095,553

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Fire Risk Assessment and Remedial Works

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 66517300 - Risk management insurance services
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
  • UKJ - South East (England)
  • UKE13 - North and North East Lincolnshire
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKH1 - East Anglia
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKF1 - Derbyshire and Nottinghamshire
  • UK - United Kingdom
  • UKH3 - Essex
  • UKH2 - Bedfordshire and Hertfordshire
  • UKF3 - Lincolnshire
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

East of England

two.2.4) Description of the procurement

Fire Risk Assessment and Remedial Works

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

Selection criteria as stated in the procurement documents

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 7

In the case of framework agreements, provide justification for any duration exceeding 4 years:

not applicable

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 July 2021

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 July 2021

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

London

Country

United Kingdom