Tender

Concierge Services for EastendHomes

  • EastendHomes

F02: Contract notice

Notice identifier: 2023/S 000-033427

Procurement identifier (OCID): ocds-h6vhtk-0417b3

Published 13 November 2023, 11:59am



Section one: Contracting authority

one.1) Name and addresses

EastendHomes

3 Resolution Plaza

London

E1 6PS

Contact

Tracy Shepherd

Email

tracy.shepherd@southeastconsortium.org.uk

Country

United Kingdom

NUTS code

UKI5 - Outer London – East and North East

Internet address(es)

Main address

https://www.eastendhomes.net/

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

Email

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