Section one: Contracting authority
one.1) Name and addresses
GRAND UNION HOUSING GROUP LIMITED
K2, Timbold Drive
Milton Keynes
MK76BZ
Contact
Connor Beard
Country
United Kingdom
Region code
UKJ12 - Milton Keynes
Companies House
RS007853
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/grandunionhousing
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/grandunionhousing
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
Servicing and maintenance to fire alarm / detection systems, emergency lighting systems, and fire-fighting equipment at properties owned and managed by GUHG
Reference number
ID-412
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this Tender exercise is to seek Tenders for providing servicing and maintenance to fire alarm / detection systems, emergency lighting systems, and fire-fighting equipment at properties owned and managed by GUHG.
The contract will entail the provision of:
• Periodic Servicing and Inspection;
• Routine Maintenance;
• Responsive Maintenance;
• Planned Maintenance;
• Emergency Works ordered during Normal Working Hours;
• Emergency Works ordered outside of Normal Working Hours; and
• Fire Risk Assessments.
The above list is not exhaustive.
The contract duration is for five years with the option to extend by up to a further two years via annual extensions. Any extension will be at the discretion of GUHG.
The estimated contract value is circa £150,000 - £175,000 (excluding VAT) per annum.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31625200 - Fire-alarm systems
- 35111000 - Firefighting equipment
- 39525400 - Fire blankets
- 44221220 - Fire doors
- 44480000 - Miscellaneous fire-protection equipment
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
- UKH2 - Bedfordshire and Hertfordshire
- UKJ12 - Milton Keynes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Bedfordshire, Buckinghamshire, Northamptonshire and Hertfordshire
two.2.4) Description of the procurement
The purpose of this Tender exercise is to seek Tenders for providing servicing and maintenance to fire alarm / detection systems, emergency lighting systems, and fire-fighting equipment.
Full details of the requirement can be found in the procurement documents.
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
60
This contract is subject to renewal
Yes
Description of renewals
To be renewed on contract completion date. The contract is for 60 months with the option to extend by up to a further 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option 1: The Employer retains the right to award extensions to the Contract Period thereby extending the Contract Period by up to a further 24 months from the expiry of the initial Contract Period. The decision as to whether an extension is awarded will be made by the Employer and communicated to the Contractor by no later than 3 months prior to the expiry of the initial Contract Period or any extended Contract Period referred to above.
Option 2: The Employer retains the right to incorporate information (in part or in full) included in the Contractors tender Method Statement response into the Contract Specification
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
In accordance with the provisions defined in the Tender Documents
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
Restricted 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 January 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Stand
London
WC2A 2LL
Country
United Kingdom