Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 1

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-03f993
Common Procurement VocabularyElectrical services
Procurement MethodRestricted procedure
Value£22,200,000
« Previous Page

South East

Category Services

Type

No. of Lots 1

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-03f993
Common Procurement VocabularyElectrical services
Procurement MethodRestricted 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

Email

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