Tender

CONTRACT FOR THE PROVISION OF A PLANNED PREVENTATIVE MAINTENANCE SERVICE IN RELATION TO SPRINKLERS FOR PEABODY TRUST

  • Peabody

F02: Contract notice

Notice identifier: 2021/S 000-015447

Procurement identifier (OCID): ocds-h6vhtk-02c3c9

Published 5 July 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Email

patric.lemagnen@peabody.org.uk

Telephone

+44 2038284233

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.delta-esourcing.com/tenders/UK-title/P4RQ49R3BJ

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/P4RQ49R3BJ

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

CONTRACT FOR THE PROVISION OF A PLANNED PREVENTATIVE MAINTENANCE SERVICE IN RELATION TO SPRINKLERS FOR PEABODY TRUST

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Peabody Group are seeking to appoint a single Contractor to a contract for the provision of sprinkler PPM services amongst our 55,000 strong properties, in London, Essex and the South East.

The scope of works is fully broken out within Section 4 of the ITT documentation

The estimated Contract spend is expected to be in the region of £169k per annum, with the potential for an additional £500k of upgrade/replacement works (although this work is not guaranteed and will be awarded on a year-by-year basis in accordance with budget restraints).

two.1.5) Estimated total value

Value excluding VAT: £3,345,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44115500 - Sprinkler systems
  • 45343230 - Sprinkler systems installation 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

Peabody Group are seeking to appoint a single Contractor to a contract for the provision of sprinkler PPM services amongst our 55,000 strong properties, in London, Essex and the South East.

The scope of works is fully broken out within the ITT documentation.

The estimated Contract spend is expected to be in the region of £169k per annum, with the potential for an additional £500k of upgrade/replacement works (although this work is not guaranteed and will be awarded on a year-by-year basis in accordance with budget restraints).

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: £3,345,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The duration of the Framework will be for 36 months, the potential to extend the Contract by an additional 24 months in two 12 month increments. This extension would be issued solely at the discretion of Peabody.

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/P4RQ49R3BJ


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.8) 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

4 August 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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./P4RQ49R3BJ

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/P4RQ49R3BJ

GO Reference: GO-202175-PRO-18515351

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

London

Country

United Kingdom