Section one: Contracting authority
one.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road
Whetstone
LE8 6EP
Contact
Gemma Wheatley
Telephone
+44 1384471065
Country
United Kingdom
Region code
UKJ - South East (England)
National registration number
20558R
Internet address(es)
Main address
Buyer's address
https://www.delta-esourcing.com/
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
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
(SOUTH EAST) Specialist Systems Service Maintenance & Installation
Reference number
00335-AST
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
- CB16 - Mechanical and electrical
two.1.3) Type of contract
Services
two.1.4) Short description
Specialist Systems - inspection, maintenance and installation in the South East region of Stonewater's housing stock. Stonewater are looking to appoint a single service provide to service, repair and maintain specialist systems including door entry, warden call, Fire Alarm, CCTC and other associated systems.
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Specialist Systems inspection, maintenance and installation. Door Entry, Warden Call, CCTV, Fire Alarms and other associated 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: £2,200,000
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
Before the expiry of the contract
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).
•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.
•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.
•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Constructionline registered will be required to retain both for the duration of the contract. (min Silver)
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 January 2025
Local time
12:00pm
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
6 January 2025
Local time
1:00pm
Place
Stonewater
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=904815325
GO Reference: GO-20241125-PRO-28644160
six.4) Procedures for review
six.4.1) Review body
Stonewater Limited
Unit C, Lancaster House,, Grange Business Park, Enderby Road
Whetstone
LE8 6EP
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road
Whetstone
LE8 6EP
Telephone
+44 1384471065
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Stonewater Limited
Suite C, Lancaster House,, Grange Business Park, Enderby Road
Whetstone
LE8 6EP
Telephone
+44 1384471065
Country
United Kingdom