Section one: Contracting authority
one.1) Name and addresses
Peabody
Minster Court, 45-47 Westminster Bridge Road
London
SE1 7JB
patric.lemagnen@peabody.org.uk
Telephone
+44 2038284233
Country
United Kingdom
NUTS code
UKI - London
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:-Fire-prevention-installation-works./Q6VKWD93H9
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/Q6VKWD93H9
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.delta-esourcing.com/tenders/UK-title/Q6VKWD93H9
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
Framework Panel for Mechanical & Electrical Fire Services, For Peabody Trust
two.1.2) Main CPV code
- 45343000 - Fire-prevention installation works
two.1.3) Type of contract
Works
two.1.4) Short description
Peabody Group are seeking to appoint Contractors onto a framework for the provision of mechanical & electrical fire services amongst our 55,000 strong properties, in London, Essex and the South East. To deliver this service Peabody Group will appoint multiple Contractors to a framework to provide a comprehensive mechanical & electrical fire service, with five contractors appointed.
The scope of works deemed to be included within FRA works comprises of, but is not limited to:
Mechanical & Electrical Fire Services (pan-London)
Upgrade and or installation of the following types of equipment:
•Sprinklers Communal
•Sprinklers Domestic
•AOV Communal
•Fires Alarms Domestic
•Fire Alarms Communal
•Emergency Lighting Communal
•Fire blankets
•Fire Extinguishers
•Fire Damper Installation Communal
•Fire Damper Installation Domestic
•Wet and Dry risers
•Emergency Lighting
•Fire Roller Shutters
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44482000 - Fire-protection devices
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Detailed in the ITT documents
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
36
This contract is subject to renewal
Yes
Description of renewals
The duration of the Contract will be for 36 months, with the possible extension for up to a further 12 months subject to agreement between Peabody and the successful Providers. This extension would be issued solely at the discretion of Peabody Group and could apply to one or multiple Contractors that operate under the Framework.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum 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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Q6VKWD93H9
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
Restricted 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
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 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 November 2021
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)
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:-Fire-prevention-installation-works./Q6VKWD93H9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q6VKWD93H9
GO Reference: GO-202192-PRO-18842059
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom