Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Aldhun Levitt
aldhun.levitt@royalgreenwich.gov.uk
Telephone
+44 2089213099
Country
United Kingdom
Region code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://royalgreenwich.proactishosting.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPS 2727 - Term Maintenance Contract
Reference number
DN693340
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Borough of Greenwich is pleased to offer an opportunity for Suppliers to provide Cyclical and Reactive Maintenance works to the Greenwich Corporate Estate (circa 760 sites). The awarded contracts will be for the period of 5 years with the opportunity to extend for a further 3 years, in one year increments.
two.1.5) Estimated total value
Value excluding VAT: £16,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot 1 – Electrical
Lot No
1
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Lot 1 – Electrical Including:
• Building site electrical supplies
• Standby power systems such as generators, battery packs, etc.
• Television, AV systems, and receivers.
• Inspections, testing, and surveys.
• Electrical supplies for automatic doors, gates, barriers, and shutters.
• Lightning protection systems
• Electrical wind turbines
• Electric vehicle charging points.
• Voltage optimisers
• UPS
• Photovoltaic panel systems
• Standby power generators
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The contracting authority shall have the right to extend the contract term for an additional three years in one yearly increments.
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 2 – Fire Management Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Lot 2 – Fire Management Systems including:
• Hard-wired fire detection systems.
• Wireless fire alarm detection systems.
• Gas Suppression systems.
• VESDA systems.
• Fire beam detector systems.
• Fire curtains.
• Sprinkler systems.
• Fire hose reels.
• Fire extinguishers
• Fire Safety Signage
• Fire Alarm Remote Monitoring
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The contracting authority shall have the right to extend the contract term for an additional three years in one yearly increments.
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 - Security Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Lot 3 - Security Systems – CCTV including:
• Access control systems.
• Automated doors and gates.
• Automated barriers.
• CCTV systems.
• Intruder Alarm
• Intruder Alarm Remote Monitoring
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
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
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracting authority shall have the right to extend the contract term for an additional three years in one yearly increments.
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 4 - Mechanical – Gas Based Systems
Lot No
4
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Lot 4 - Mechanical – Gas Based Systems including:
• Building site Mechanical Supplies
• Inspections, Testing and Surveys.
• Gas services
• Mechanical Pumps.
• BMS
• Plumbing Works.
• Combined Heat and Power (CHP)
• Low Carbon Technology Feasibility Studies
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracting authority shall have the right to extend the contract term for an additional three years in one yearly increments.
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 5 - Mechanical – AC Based Systems
Lot No
5
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
Lot 5 - Mechanical – AC Based Systems including:
• Fixed Mechanical Installations.
• Temporary Mechanical Supplies.
• Building site Mechanical Supplies
• Inspections, Testing and Surveys.
• Air Handling Units Large and Small.
• Chillers.
• Ventilation.
• Air Source Heat Pumps.
• Air Conditioning.
• Low Carbon Technology Feasibility Studies
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £3,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contracting authority shall have the right to extend the contract term for an additional three years in one yearly increments.
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 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
20 November 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 November 2023
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority intends to use the JCT Measured Term Contract 2016.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom