Ex Employees is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electrical Testing |
Notice type: | Contract Notice |
Authority: | Ex Employees |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | 3.2.The nature of the contract is for the provision of electrical testing providers to enter into agreements to provide a range of services in one of the specified Lots for electrical testing services as required by Peabody. The Lots are as follows; Lot 1 - North Lot 2 - South |
Published: | 20/10/2020 15:35 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233, Email: reena.nijjar@peabody.org.uk
Contact: Reena Nijjar
Main Address: www.peabody.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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:-Electrical-services./SD786P3E3U
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Electrical Testing
Reference Number: Not provided
II.1.2) Main CPV Code:
71314100 - Electrical services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: 3.2.The nature of the contract is for the provision of electrical testing providers to enter into agreements to provide a range of services in one of the specified Lots for electrical testing services as required by Peabody. The Lots are as follows;
Lot 1 - North
Lot 2 - South
II.1.5) Estimated total value:
Value excluding VAT: 36,500,000
Currency: GBP
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: North
Lot No: 1
II.2.2) Additional CPV codes:
71314100 - Electrical services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Electrical Testing and associated works for Peabody. Scope of work to include but not limited to domestic and communal testing/PAT testing/Lightning Protection Systems/Lateral & rising mains and all remedial works.
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: 17,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The contract will initially run for five years with an optional further five years, to be applied in yearly increments.
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SD786P3E3U
II.2) Description Lot No. 2
II.2.1) Title: South
Lot No: 2
II.2.2) Additional CPV codes:
71314100 - Electrical services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Electrical Testing and associated works for Peabody. Scope of work to include but not limited to domestic and communal testing/PAT testing/Lightning Protection Systems/Lateral & rising mains and all remedial works.
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: 18,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The contract will initially run for five years with an optional further five years, to be applied in yearly increments.
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/SD786P3E3U
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/11/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/01/2021
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Electrical-services./SD786P3E3U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SD786P3E3U
VI.4) Procedures for review
VI.4.1) Review body:
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233
VI.4.2) Body responsible for mediation procedures:
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 2038284233
VI.5) Date Of Dispatch Of This Notice: 20/10/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
Tel. +44 7443219247, Email: jack.ashcroft1@peabody.org.uk
Contact: Jack Ashcroft
Main Address: www.peabody.org.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Electrical Testing
Reference number: Not Provided
II.1.2) Main CPV code:
71314100 - Electrical services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Peabody require contractors to provide a range of electrical testing and associated services which are divided into the following Lots:
Lot 1 - North
Lot 2 - South
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 36,500,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:North
Lot No:1
II.2.2) Additional CPV code(s):
71314100 - Electrical services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Electrical Testing and associated works for Peabody. Scope of work to include but not limited to domestic and communal testing/PAT testing/Lightning Protection Systems/Lateral & rising mains and all remedial works.
II.2.5) Award criteria:
Not Provided
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:South
Lot No:2
II.2.2) Additional CPV code(s):
71314100 - Electrical services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Electrical Testing and associated works for Peabody. Scope of work to include but not limited to domestic and communal testing/PAT testing/Lightning Protection Systems/Lateral & rising mains and all remedial works.
II.2.5) Award criteria:
Not Provided
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 in the OJEU: 2020/S 207-506373
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: North
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 06/07/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fixatex Limited, 03998714
Manufactory House, Bell Lane, Hertford, United Kingdom
NUTS Code: UKG11
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 36,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: South
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 06/07/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Smith and Byford Limited, 010743560
St George House, Station Approach, Cheam, Sutton, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 36,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=633829971
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London, United Kingdom
VI.5) Date of dispatch of this notice: 25/10/2021