Construction Tenders

21 February 2025

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 15

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e480
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodRestricted procedure
Value£320,000,000
« Previous Page

London

Category Services

Type

No. of Lots 15

Status Active

Published 19th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e480
Common Procurement VocabularyRepair and maintenance services of electrical building installations
Procurement MethodRestricted 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

Email

sarah.carpenter [at] peabody.org.uk

Telephone

+44 7901956223

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

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/tenders/UK-UK-London:-Repair-and-maintenance-services-of-electrical-building-installations./XM43958PDV

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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services-of-electrical-building-installations./XM43958PDV

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

Email

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