Tender

SPS 2727 - Term Maintenance Contract

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2023/S 000-030589

Procurement identifier (OCID): ocds-h6vhtk-040ca6

Published 17 October 2023, 12:18pm



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

Email

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