Construction Contract Leads
London
Category Services
Type
No. of Lots 15
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e480 |
Common Procurement Vocabulary | Repair and maintenance services of electrical building installations |
Procurement Method | Restricted procedure |
Value | £320,000,000 |
London
Category Services
Type
No. of Lots 15
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e480 |
Common Procurement Vocabulary | Repair and maintenance services of electrical building installations |
Procurement Method | Restricted procedure |
Value | £320,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
Contact
Sarah Carpenter
sarah.carpenter [at] peabody.org.uk
Telephone
+44 7901956223
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
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
PE0602 Mechanical and Electrical Building Services Repairs, Maintenance and Compliance Programme
Reference number
PE0602
II.1.2) Main CPV code
- 50711000 - Repair and maintenance services of electrical building installations
II.1.3) Type of contract
Services
II.1.4) Short description
The Procurement is in relation to a 24/7/365 day to day responsive repairs and planned preventative maintenance service to various mechanical and electrical building installations, together with some planned replacements of plant and equipment to our housing stock under a Term Alliance Contract. The work (‘Tasks’) are split into three Lots that are in turn divided into five geographical Areas.
II.1.5) Estimated total value
Value excluding VAT: £320,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
There is no restriction to the number of Lots Applicants may bid for. However, the Authority will award no more than one Area in any Lot to a single Provider. Accordingly, the Authority may award no more than five Areas (one in each Lot) to any one Provider. Refer section 12.3 of the draft Invitation to Tender for each Lot for a further explanation of how Areas in each Lot will be awarded.
II.2) Description
II.2.1) Title
Lot 1 Fire Safety Equipment Maintenance - Area A North West London
Lot No
1a
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 44482000 - Fire-protection devices
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a. The initial contract term (5 years);
b. The optional extension term (+ 5 years);
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/XM43958PDV
II.2) Description
II.2.1) Title
Lot 1 Fire Safety Equipment Maintenance - Area B – North East London
Lot No
1b
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 44482000 - Fire-protection devices
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the tender documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 1 Fire Safety Equipment Maintenance - Area C – South London
Lot No
1c
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 44482000 - Fire-protection devices
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 1 Fire Safety Equipment Maintenance - North East Counties
Lot No
1d
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 44482000 - Fire-protection devices
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 50620000 - Repair and maintenance services of firearms and ammunition
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 1 Fire Safety Equipment Maintenance - Area E North West Counties
Lot No
1e
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111300 - Fire extinguishers
- 44482000 - Fire-protection devices
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
- 51700000 - Installation services of fire protection equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 1: Fire Safety Equipment maintenance to include:
•Fire alarms
•Fire extinguishers
•AOV smoke ventilation systems
•Bin chute testing and dampers
•Generators
•Uninterruptible Power Supplies ('UPS') testing
•Evacuation alert systems & emergency voice communication systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 2 Security Systems and Communication Equipment Maintenance - Area A – North West London
Lot No
2a
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
- 44221400 - Shutters
- 44221300 - Gates
- 32324400 - Television aerials
- 35120000 - Surveillance and security systems and devices
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 2 Security Systems and Communication Equipment Maintenance - Area B – North East London
Lot No
2b
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
- 44221400 - Shutters
- 44221300 - Gates
- 32324400 - Television aerials
- 35120000 - Surveillance and security systems and devices
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 2 Security Systems and Communication Equipment Maintenance - Area C – South London
Lot No
2c
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
- 44221400 - Shutters
- 44221300 - Gates
- 32324400 - Television aerials
- 35120000 - Surveillance and security systems and devices
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 2 Security Systems and Communication Equipment Maintenance - Area D – North East Counties
Lot No
2d
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
- 44221400 - Shutters
- 44221300 - Gates
- 32324400 - Television aerials
- 35120000 - Surveillance and security systems and devices
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 2 Security Systems and Communication Equipment Maintenance - Area E – North West Counties
Lot No
2e
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
- 44221400 - Shutters
- 44221300 - Gates
- 32324400 - Television aerials
- 35120000 - Surveillance and security systems and devices
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 2: Security Systems and Communication Equipment Maintenance to include:
•Door Entry Systems
•Access Control equipment
•Automated gates, doors and shutters
•Warden Call systems
•CCTV
•TV aerials
•Integrated Reception Systems (‘IRS’)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £10,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As started in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 3: Electrical Building Services Maintenance - Area A – North West London
Lot No
3a
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45315100 - Electrical engineering installation works
- 45317000 - Other electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 31518200 - Emergency lighting equipment
- 45312310 - Lightning-protection works
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £40,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 3: Electrical Building Services Maintenance - Area B – North East London
Lot No
3b
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45315100 - Electrical engineering installation works
- 45317000 - Other electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 31518200 - Emergency lighting equipment
- 45312310 - Lightning-protection works
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £40,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 3: Electrical Building Services Maintenance - Area C – South London
Lot No
3c
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45315100 - Electrical engineering installation works
- 45317000 - Other electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 31518200 - Emergency lighting equipment
- 45312310 - Lightning-protection works
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £40,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 3: Electrical Building Services Maintenance - Area D – North East Counties
Lot No
3d
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45315100 - Electrical engineering installation works
- 45317000 - Other electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 31518200 - Emergency lighting equipment
- 45312310 - Lightning-protection works
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
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) Description
II.2.1) Title
Lot 3: Electrical Building Services Maintenance - Area E – North West Counties
Lot No
3e
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45315100 - Electrical engineering installation works
- 45317000 - Other electrical installation work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
- 31518200 - Emergency lighting equipment
- 45312310 - Lightning-protection works
- 50000000 - Repair and maintenance services
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
II.2.4) Description of the procurement
Lot 3: Electrical Building Services Maintenance to include:
•Domestic and Communal Electrical Testing and remedial repairs
•Emergency lighting testing
•Lightning protection maintenance
•Height safety system maintenance
•Photovoltaic equipment maintenance
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
a.The initial contract term (5 years);
b.The optional extension term (+ 5 years);
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the the procurement documents
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
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: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
11 April 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XM43958PDV
GO Reference: GO-2025219-PRO-29482180
VI.4) Procedures for review
VI.4.1) Review body
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
procurement.enquiries [at] peabody.org.uk
Telephone
+44 7901956223
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom