Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | PE0522 DLO Support Contractor Services |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Peabody DLO service is currently delivered by direct labour of PGM and CPS with support as required by multiple contracts with a mixture of support contractors. The DLO is seeking to appoint suitably qualified and experienced support contractors over 12 lots to support with peaks of high demand of repairs, specialist services​ and larger works as necessary. |
Published: | 29/01/2025 16:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Peabody Trust
45 Westminster Bridge Road, London, SW1 7JB, United Kingdom
Tel. +44 7901956223, Email: sarah.carpenter@peabody.org.uk
Contact: Sarah Carpenter
Main Address: https://www.peabody.org.uk/
NUTS Code: UKJ
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:-Repair-and-maintenance-services./N7S363V7F9
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: PE0522 DLO Support Contractor Services
Reference Number: PE0522
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Peabody DLO service is currently delivered by direct labour of PGM and CPS with support as required by multiple contracts with a mixture of support contractors. The DLO is seeking to appoint suitably qualified and experienced support contractors over 12 lots to support with peaks of high demand of repairs, specialist services​ and larger works as necessary.
II.1.5) Estimated total value:
Value excluding VAT: 232,200,000
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: Not provided
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: Lot 1a Multi Trade for Disrepairs and Specialist Works (CPS Area)
Lot No: Lot 1a
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Multi Trade lot to support our DLO with disrepairs and specialist works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 18,500,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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/N7S363V7F9
II.2) Description Lot No. 2
II.2.1) Title: Lot 1b Multi Trade for Disrepairs and Specialist Works (PGM Area)
Lot No: Lot 1b
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Multi Trade lot to support our DLO with disrepairs and specialist works for PGM covering the geographical areas within the London Boroughs
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: 50,000,000
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: he initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Lot 2a Voids Works (CPS Area)
Lot No: Lot 2a
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Void works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 15,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Lot 2b Voids Works (PGM Area)
Lot No: Lot 2b
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Voids works for PGM covering the geographical areas within the London Boroughs
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
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Lot 3a Out of Hours Multi Trade Responsive Repairs (CPS Area)
Lot No: Lot 3a
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Out of Hours Multi Trade lot to support our DLO with disrepairs and specialist works for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 1,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Lot 3b Out of Hours Multi Trade Responsive Repairs
Lot No: Lot 3b
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Out of hours Multi Trade lot to support our DLO with disrepairs and specialist works for PGM covering the geographical areas within the London Boroughs
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
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 7
II.2.1) Title: Lot 4a Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (CPS Area)
Lot No: Lot 4a
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
45260000 - Roof works and other special trade construction works.
45261900 - Roof repair and maintenance work.
45261910 - Roof repair.
45261920 - Roof maintenance work.
45262100 - Scaffolding work.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with roofing and guttering works and associated services including scaffolding, cherry pickers, abseiling and eyebolt testing for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 8
II.2.1) Title: Lot 4b Roofing and Guttering (Including scaffolding, cherry pickers, abseiling and eyebolt testing) (PGM Area)
Lot No: Lot 4b
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
45260000 - Roof works and other special trade construction works.
45261900 - Roof repair and maintenance work.
45261910 - Roof repair.
45261920 - Roof maintenance work.
45262100 - Scaffolding work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with roofing and guttering works and associated services including scaffolding, cherry pickers, abseiling and eyebolt testing for PGM covering the geographical areas of the London Boroughs.
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: 25,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 9
II.2.1) Title: Lot 5a Glazing, Windows, Doors (CPS Area)
Lot No: Lot 5a
II.2.2) Additional CPV codes:
45441000 - Glazing work.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with glazing, windows and door replacement services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 6,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 10
II.2.1) Title: Lot 5b Glazing, Windows, Doors (PGM area)
Lot No: Lot 5b
II.2.2) Additional CPV codes:
45441000 - Glazing work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with glazing, windows and door replacement services for PGM covering the geographical areas of the London Boroughs.
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
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 11
II.2.1) Title: Lot 6a Electrical (planned and responsive) (CPS Area)
Lot No: Lot 6a
II.2.2) Additional CPV codes:
71314100 - Electrical services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with planned and responsive electrical services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 500,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 12
II.2.1) Title: Lot 6b Electrical (planned and responsive)(PGM Area)
Lot No: Lot 6b
II.2.2) Additional CPV codes:
71314100 - Electrical services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with planned and responsive electrical services for PGM covering the geographical areas of the London Boroughs.
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: 8,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
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: Not provided
II.2) Description Lot No. 13
II.2.1) Title: Lot 7a Damp and Mould Services (CPS Area)
Lot No: Lot 7a
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with specialist damp and Mould services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 3,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 14
II.2.1) Title: Lot 7b Damp and Mould Services (PGM Area)
Lot No: Lot 7b
II.2.2) Additional CPV codes:
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with specialist damp and mould services for PGM covering the geographical areas within the London Boroughs
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: 6,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 15
II.2.1) Title: Lot 8a Drainage and Plumbing Services (CPS Area)
Lot No: Lot 8a
II.2.2) Additional CPV codes:
45232452 - Drainage works.
45330000 - Plumbing and sanitary works.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with Drainage and Plumbing works and services as required for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 1,800,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
II.2) Description Lot No. 16
II.2.1) Title: Lot 8b Drainage and Plumbing Services (PGM Services)
Lot No: Lot 8b
II.2.2) Additional CPV codes:
45232452 - Drainage works.
45330000 - Plumbing and sanitary works.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with Drainage and Plumbing works and services as required for PGM covering the geographical areas within the London Boroughs.
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: 6,500,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
II.2) Description Lot No. 17
II.2.1) Title: Lot 9a Gas Services (CPS Area)
Lot No: Lot 9a
II.2.2) Additional CPV codes:
45333000 - Gas-fitting installation work.
45333100 - Gas regulation equipment installation work.
50411200 - Repair and maintenance services of gas meters.
50531200 - Gas appliance maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with gas works and services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 1,500,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
II.2) Description Lot No. 18
II.2.1) Title: Lot 9b Gas Services (PGM Area)
Lot No: Lot 9b
II.2.2) Additional CPV codes:
45333000 - Gas-fitting installation work.
45333100 - Gas regulation equipment installation work.
50411200 - Repair and maintenance services of gas meters.
50531200 - Gas appliance maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with gas works and services for PGM covering the geographical areas within the London Boroughs.
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: 2,600,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 19
II.2.1) Title: Lot 10a Pest Control Services (CPS Area)
Lot No: Lot 10a
II.2.2) Additional CPV codes:
90922000 - Pest-control services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with pest control and proofing specialist services for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 2,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
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: Not provided
II.2) Description Lot No. 20
II.2.1) Title: Lot 10b Pest Control Services (PGM Area)
Lot No: Lot 10b
II.2.2) Additional CPV codes:
90922000 - Pest-control services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with pest control and proofing services for PGM covering the geographical areas within the London Boroughs
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: 5,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: : Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 21
II.2.1) Title: Lot 11a Supply and Installation of Flooring Services (CPS Area)
Lot No: Lot 11a
II.2.2) Additional CPV codes:
44112210 - Solid flooring.
45432113 - Parquet flooring.
45432114 - Wood flooring work.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with supply and installation of all type of flooring requirements for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 3,800,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents
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: Not provided
II.2) Description Lot No. 22
II.2.1) Title: Lot 11b Supply and Installation of Flooring Services (PGM Area)
Lot No: Lot 11b
II.2.2) Additional CPV codes:
44112210 - Solid flooring.
45432113 - Parquet flooring.
45432114 - Wood flooring work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with supply and installation of all type of flooring requirements for PGM covering the geographical areas within the London Boroughs.
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: 3,800,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
II.2) Description Lot No. 23
II.2.1) Title: Lot 12a Fencing and Grounds Works (CPS Area)
Lot No: Lot 12a
II.2.2) Additional CPV codes:
45342000 - Erection of fencing.
45111230 - Ground-stabilisation work.
45111240 - Ground-drainage work.
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: Support our DLO with fencing and ground work for CPS covering the geographical areas of Hertfordshire, Bedfordshire and Cambridgeshire.
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: 4,000,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
II.2) Description Lot No. 24
II.2.1) Title: Lot 12b Fencing and Grounds Works (PGM Area)
Lot No: Lot 12b
II.2.2) Additional CPV codes:
45342000 - Erection of fencing.
77314000 - Grounds maintenance services.
45111230 - Ground-stabilisation work.
45111240 - Ground-drainage work.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Support our DLO with fencing and ground work for PGM covering the geographical areas with the London Boroughs.
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: 3,200,000
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 initial contract period will be for five years, with the option to extend the contract in 12 month increments for a further five years for a maximum of 10 ten years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Criteria is set out in the procurement documents.
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: Not provided
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:
Contractors must be suitably qualified and on the appropriate trade register for the services/works being undertaken.
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: Yes
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: 28/02/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/04/2025
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 month(s): 4
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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./N7S363V7F9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N7S363V7F9
VI.4) Procedures for review
VI.4.1) Review body:
Peabody Trust
45 Westminster Bridge Road, London, SE1 7JB, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 29/01/2025
Annex A