Section one: Contracting authority
one.1) Name and addresses
EastendHomes
3 Resolution Plaza
London
E1 6PS
Contact
Tracy Shepherd
tracy.shepherd@southeastconsortium.org.uk
Country
United Kingdom
NUTS code
UKI5 - Outer London – East and North East
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA18401
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Concierge Services for EastendHomes
two.1.2) Main CPV code
- 79992000 - Reception services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this contract is to engage a contractor to provide concierge services for 3 locations in Londonfor EastendHomes
two.1.5) Estimated total value
Value excluding VAT: £824,975
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
The current service is at
Galleon House - Island Gardens London E14
Hatton House – St Georges Estate London E1
Shearsmith House – St Georges Estate London E1
two.2.4) Description of the procurement
This is a 3 year contract with the option of extending for a further 2 years (renewed annually) The scope of services will include:
1. Operation of reception services and door entry security systems, providing a welcoming reception service to residents in the respective blocks;
2. Preventing unauthorised visitors from entering the building;
3. Notifying residents of visitors to the block & allowing access with the resident’s permission;
4. Maintaining Records of Visitors;
5. Operation and monitoring of Close Circuit TV [CCTV]/Door Entry System [DES]
6. Not accepting any deliveries or allowing access for these to be delivered to residents without their permission.
7. In the case of Parcel deliveries, the concierge may, subject to suitable proof of identity from a delivery operative
8. Carrying out miscellaneous duties
9. Checking notice boards regularly and placing approved EEH Notices on notice boards as directed
10. Maintaining an incident report book
11. Recording incidents of violence or abuse against staff;
12. Reporting to EEH when starting and finishing each duty period;
13. Recording all accidents or incidents including near misses
14. Complying with all Fire Safety Procedures, carrying out daily inspections of fire alarms, AOV smoke dispersal systems & emergency lighting systems within ground floor lobby & reception areas and recording inspections;
15. Responding appropriately to emergency incidents, contacting Emergency Services and recording all incidents;
16. Testing all fire alarms installed within common areas, undertake weekly functional tests of system and log results in the fire alarm/emergency lighting test log book;
17. Able to use all systems and equipment related to concierge duties
18. Inspecting each lift at the start and end of each shift to ensure fully operational,
19. Ensuring the security of the concierge office/reception area at all times and that the security alarm is set;
20. Emergency spot cleaning to keep lifts and lobby area clean and tidy.
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: £824,975
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: 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
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
15 December 2023
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 December 2023
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230711.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230711)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit