- Scope of the procurement
- LOT 1: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products
- Lot 2.1. Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems
- Lot 2.2. Sub-Lot 2.2: Design/Supply/Install/Maintain Door Entry and Access Control Systems
- Lot 2.3. Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems
- Lot 2.4. Sub-Lot 2.4: CCTV Remote Monitoring
- Lot 2.5. Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring
- Lot 2.6. Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems
- Lot 2.7. Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems
- Lot 2.8. Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service
- Lot 3.1. Sub-Lot 3.1: Manned Security Services
- Lot 3.2. Sub-Lot 3.2: Mobile Patrol Services
- Lot 3.3. Sub-Lot 3.3: Waking Watch Services
- Lot 3.4. Sub-Lot 3.4: Property and Site Safety and Security Fully Managed Service
- Lot 4.1. Sub-Lot 4.1: Void Security and Protection
- Lot 4.2. Sub-Lot 4.2: Void Clearance and General Cleaning
- Lot 4.3. Sub-Lot 4.3: Void Specialised Cleaning
- Lot 4.4. Sub-Lot 4.4: Void Property Management Fully Managed Service
- Lot 5.1. Sub-Lot 5.1: PAT Testing
- Lot 5.2. Sub-Lot 5.2: Fixed Electrical Testing
- Lot 5.3. Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports
- Lot 5.4. Sub-Lot 5.4: Remedial Work, Including Rewires
- Lot 5.5. Sub-Lot 5.5: Electrical Works Fully Managed Service
- Lot 6.1. Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms
- Lot 6.2. Sub-Lot 6.2: Electrical Works
Section one: Contracting authority
one.1) Name and addresses
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street
Sunderland
SR1 3QD
Contact
Drew Frame
tenders@consortiumprocurement.org.uk
Telephone
+44 1915661000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
www.northern-consortium.org.uk
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-Sunderland:-Residential-property-services./EC5PR3M758
Additional information can be obtained from the above-mentioned address
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
Property Security and Electrical Works
two.1.2) Main CPV code
- 70331000 - Residential property services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of property safety and security products and services, including: Manufacture/Supply and Install of Protection, Security and Safety Products, design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned security services, mobile patrols, waking watch services, void security and protection, void clearance and general cleaning, void specialist cleaning, PAT testing, fixed electrical testing, electrical condition surveys and inspection reports, electrical remedial work and consultancy services.
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
two.1.5) Estimated total value
Value excluding VAT: £230,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) or sub-lotsto meet their requirements.
two.2) Description
two.2.1) Title
LOT 1: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
LOT 1 is available for Member Organisations to purchase a range of property safety and security relatedproducts. It is also available to purchase products with installation services where available
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2.14) Additional information
Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in
ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality
requirements. All successful Bidders will be appointed to the Framework Agreement
two.2) Description
two.2.1) Title
Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems
Lot No
2.1
two.2.2) Additional CPV code(s)
- 45312000 - Alarm system and antenna installation work
- 45312200 - Burglar-alarm system installation work
- 35125300 - Security cameras
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2.1 covers the Design/Supply/Install/Maintain CCTV and ANPR Systems
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.2: Design/Supply/Install/Maintain Door Entry and Access Control Systems
Lot No
2.2
two.2.2) Additional CPV code(s)
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2.2 is for Design/Supply/Install/Maintain Door Entry and Access Control Systems
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems
Lot No
2.3
two.2.2) Additional CPV code(s)
- 45312000 - Alarm system and antenna installation work
- 45312100 - Fire-alarm system installation work
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2.3 is for Design/Supply/Install/Maintain Intruder Alarm Systems
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.4: CCTV Remote Monitoring
Lot No
2.4
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 2.4 is for CCTV Remote Monitoring
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: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring
Lot No
2.5
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2.5 is for Intruder and Fire Alarm Remote Monitoring
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems
Lot No
2.6
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 35125300 - Security cameras
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 2.6 is for the Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems
Lot No
2.7
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
- 45312000 - Alarm system and antenna installation work
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 2.7is for the Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service
Lot No
2.8
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
- 45312100 - Fire-alarm system installation work
- 45312200 - Burglar-alarm system installation work
- 35120000 - Surveillance and security systems and devices
- 35125300 - Security cameras
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 2.8 is for CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 3.1: Manned Security Services
Lot No
3.1
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 3.1 is for Manned Security Services
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 3.2: Mobile Patrol Services
Lot No
3.2
two.2.2) Additional CPV code(s)
- 79715000 - Patrol services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 3.2 is for Mobile Patrol Services
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 3.3: Waking Watch Services
Lot No
3.3
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 3.3is for Waking Watch Services of properties and sites
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 3.4: Property and Site Safety and Security Fully Managed Service
Lot No
3.4
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
3.4 is for Property and Site Safety and Security Fully Managed Service
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 4.1: Void Security and Protection
Lot No
4.1
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
ub-Lot 4.1 is for Void Security and Protection
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 4.2: Void Clearance and General Cleaning
Lot No
4.2
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 4.2 is Void Clearance and General Cleaning
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 4.3: Void Specialised Cleaning
Lot No
4.3
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 4.3 is Void Specialised Cleaning
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 4.4: Void Property Management Fully Managed Service
Lot No
4.4
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 4.4 is for Void Property Management Fully Managed Service
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 5.1: PAT Testing
Lot No
5.1
two.2.2) Additional CPV code(s)
- 39710000 - Electrical domestic appliances
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 5.1 is for PAT Testing
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 5.2: Fixed Electrical Testing
Lot No
5.2
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 5.2 is for Fixed Electrical Testing
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: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports
Lot No
5.3
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 5.3 is for Electrical Condition Surveys And Inspection Reports
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 5.4: Remedial Work, Including Rewires
Lot No
5.4
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 5.4 is for electrical remedial work, including rewires
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 5.5: Electrical Works Fully Managed Service
Lot No
5.5
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 5.5: Electrical Works Fully Managed Service
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms
Lot No
6.1
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 6.1is for consultancy around CCTV Systems, Door Entry/Access Control, Intruder Alarms
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Sub-Lot 6.2: Electrical Works
Lot No
6.2
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Sub-Lot 6.2 is for consultancy around electrical works
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is 556.00 GBP (+VAT) per annum.
Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from theaddress in section 1.
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.2.2) Contract performance conditions
As stated in the Specification and procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
31 January 2023
Local time
5:00pm
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
31 January 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority considers that this contract may be suitable for economic operators that are Small orMedium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement.
The framework will be available for all current and future Consortium Members, further information on who canaccess the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) and/or sub-lots to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EC5PR3M758" target="_blank">https://www.delta-esourcing.com/respond/EC5PR3M758
GO Reference: GO-20221214-PRO-21732809
six.4) Procedures for review
six.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street
Sunderland
SR1 3QD
tenders@consortiumprocurement.org.uk
Telephone
+44 15661000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street
Sunderland
SR1 3QD
tenders@consortiumprocurement.org.uk
Telephone
+44 1915661000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill periodfollowing confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.