Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-03f993 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | Restricted procedure |
Value | £22,200,000 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 9th Feb 2024
Reference | ocds-h6vhtk-03f993 |
Common Procurement Vocabulary | Electrical services |
Procurement Method | Restricted procedure |
Value | £22,200,000 |
Section I: Contracting authority
I.1) Name and addresses
The Barnet Group Ltd
3rd Floor,, 2 Bristol Avenue,, Colindale, London
Colindale
NW9 4EQ
Contact
Shah Mashood
procurement-assetmanagementbhomes [at] barnethomes.org
Telephone
+44 2083594783
Country
United Kingdom
NUTS code
UKI71 - Barnet
National registration number
Barnet Homes Ltd
Internet address(es)
Main address
https://www.delta-esourcing.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fire Safety, Electrical and Associated Services Contract
Reference number
BH/370/Fire_Service_24
II.1.2) Main CPV code
- 71314100 - Electrical services
II.1.3) Type of contract
Services
II.1.4) Short description
The Barnet Group are procuring a contract to include for servicing, repairs, maintenance, testing and installations to fire safety systems, electrical services and associated works across multiple dwellings within the Borough of Barnet and surrounding areas.
II.1.5) Estimated total value
Value excluding VAT: £22,200,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 24613200 - Fireworks
- 31625100 - Fire-detection systems
- 50000000 - Repair and maintenance services
- 45331210 - Ventilation installation work
- 45331211 - Outdoor ventilation installation work
- 45343000 - Fire-prevention installation works
- 51700000 - Installation services of fire protection equipment
II.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement
Service contract: to carry out maintenance programme for a mixture of dwellings both residential and care homes across the borough- consisting of the following requirements: Domestic and electrical testing- Automatic Opening Vents (AOV) - Evacuation Systems (Voice Alarm/ Sounder Beacons) Air Conditioning- Commercial Kitchen Appliances (cookers, Fridges, Ect)- Electrical Car Charging Pods- Door access systems- Power Assisted Doors -Water Mist systems- Solar PV/ Inverts-CC Tv Camera, Nurse call systems- Commercial Laundry (washing machines, tumble dries ect) Air Handling Units- Electrical Assisted Baths - Electrical Gates, Domestic Electrical Testing and re-wire (non leasehold flats)- Lightening Protection- Dry Risers, wire installation, apparatus testing.
II.2.5) Award criteria
Quality criterion - Name: Technical and Professional ability / Weighting: 35
Quality criterion - Name: Social Value / Weighting: 15
Quality criterion - Name: Interview / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value
Value excluding VAT: £1,770,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This is a 4 year term contract with an anticipated contract value between £3M- £3.7M per annum (anticipated total value of £14.8M), with the option to extend further by two years, bringing the total maximum contract value to £22.2M.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GB4VZ984F4
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
III.2.2) Contract performance conditions
KPI monitoring and reporting, as set out within the documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-026002
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colindale:-Electrical-services./GB4VZ984F4" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Colindale:-Electrical-services./GB4VZ984F4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GB4VZ984F4" target="_blank">https://www.delta-esourcing.com/respond/GB4VZ984F4
GO Reference: GO-202429-PRO-25134321
VI.4) Procedures for review
VI.4.1) Review body
The Barnet Group
3rd Floor 2, Bristol Avenue, Colindale
London
NW4 9EQ
Country
United Kingdom