Section one: Contracting authority
one.1) Name and addresses
Eastern Procurement Limited
The Old Granary, Grange Farm, Ashwellthorpe
Norwich
NR16 1ET
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
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