Tender

Specialist Systems Service Maintenance & Installation

  • Stonewater Limited

F02: Contract notice

Notice identifier: 2024/S 000-028858

Procurement identifier (OCID): ocds-h6vhtk-049966

Published 9 September 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Stonewater Limited

Suite C, Lancaster House,, Grange Business Park, Enderby Road

Whetstone

LE8 6EP

Contact

Gemma Wheatley

Email

Gemma.wheatley@stonewater.org

Telephone

+44 1384471065

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

20558R

Internet address(es)

Main address

https://www.stonewater.org/

Buyer's address

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

one.2) Information about 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://www.delta-esourcing.com/tenders/UK-UK-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K

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-UK-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K

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

Specialist Systems Service Maintenance & Installation

Reference number

00335-AST

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Repair, Servicing, maintenance and installation of warden call, door entry, CCTV, Fire Alarm and other workstreams.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

A single tenderer can only win 1 lot. If a supplier has multiple trading names and it is found bids have been received from more than one then it could be rejected.

two.2) Description

two.2.1) Title

Lot 1

Lot No

North

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

YORKSHIRE AND THE HUMBER

two.2.4) Description of the procurement

Services in the North region of Stonewater's Housing Stock. See Maintenance Map (Appendix F) for details.

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be due for renewal before the end of the initial period or the end of the extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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/W6T43U3J2K

two.2) Description

two.2.1) Title

Lot No

South East

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

two.2.4) Description of the procurement

Services in the South East of Stonewater's Housing stock. Please see maintenance map (Appendix F) for details.

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be due to renewal prior to the end of the initial period or end of the extension period.

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 3

Lot No

South West

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

Services in the South West of Stonewater's Housing stock. See Maintenance Map (Appendix F) for details.

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

60

This contract is subject to renewal

Yes

Description of renewals

The contract will be due for renewal before the end of the initial period or before the end of the extension period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.

•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).

•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.

•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.

•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Constructionline registered will be required to retain both for the duration of the contract. (min Silver)

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.

•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).

•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.

•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.

•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Construction line registered will be required to retain both for the duration of the contract. (min Silver)

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

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

Date

14 October 2024

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

15 October 2024

Local time

1:00pm

Place

Stonewater


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028/ 2030

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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/W6T43U3J2K

GO Reference: GO-202499-PRO-27641592

six.4) Procedures for review

six.4.1) Review body

Stonewater Limited

Unit C, Lancaster House,, Grange Business Park, Enderby Road

Whetstone

LE8 6EP

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Stonewater Limited

Suite C, Lancaster House,, Grange Business Park, Enderby Road

Whetstone

LE8 6EP

Email

Gemma.wheatley@stonewater.org

Telephone

+44 1384471065

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Stonewater Limited

Suite C, Lancaster House,, Grange Business Park, Enderby Road

Whetstone

LE8 6EP

Email

Gemma.wheatley@stonewater.org

Telephone

+44 1384471065

Country

United Kingdom