Stonewater Limited : Specialist Systems Service Maintenance & Installation

  Stonewater Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Specialist Systems Service Maintenance & Installation
Notice type: Contract Notice
Authority: Stonewater Limited
Nature of contract: Services
Procedure: Open
Short Description: Repair, Servicing, maintenance and installation of warden call, door entry, CCTV, Fire Alarm and other workstreams.
Published: 09/09/2024 17:23
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Whetstone: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Limited, 20558R
             Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
             Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
             Contact: Gemma Wheatley
             Main Address: https://www.stonewater.org/, Address of the buyer profile: https://www.delta-esourcing.com/
             NUTS Code: UK
      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: Yes.
      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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K 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: Specialist Systems Service Maintenance & Installation       
      Reference Number: 00335-AST
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Repair, Servicing, maintenance and installation of warden call, door entry, CCTV, Fire Alarm and other workstreams.       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      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: A single tenderer can only win 1 lot. If a supplier has multiple trading names and it is found bids have been received from more than one then it could be rejected.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1       
      Lot No: North       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKE YORKSHIRE AND THE HUMBER
      
      II.2.4) Description of procurement: Services in the North region of Stonewater's Housing Stock. See Maintenance Map (Appendix F) for details.
      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: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be due for renewal before the end of the initial period or the end of the extension period.
      
      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: Yes
      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/W6T43U3J2K       
II.2) Description Lot No. 2
      
      II.2.1) Title: Not provided       
      Lot No: South East       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Services in the South East of Stonewater's Housing stock. Please see maintenance map (Appendix F) for details.
      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: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be due to renewal prior to the end of the initial period or end of the extension period.
      
      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 3       
      Lot No: South West       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: Services in the South West of Stonewater's Housing stock. See Maintenance Map (Appendix F) for details.
      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: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be due for renewal before the end of the initial period or before the end of the extension period.
      
      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: Yes
      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:          
      •The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).
•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.
•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.
•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Constructionline registered will be required to retain both for the duration of the contract. (min Silver)    
      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          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      •The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) (i.e. NICEIC / NAPIT) and who are subject to regular rigorous assessments to confirm competency.
•The appraisal requires the organisation to be a member of an appropriate recognised regulatory body / Competent Person Scheme (CPS) for Fire alarm and Fire Suppression systems (i.e. BAFE / LPC) and who are subject to regular rigorous assessments to confirm competency. The Contractor will be expected to be accredited by BAFE SP203 and 101 (British Approvals for Fire Equipment) registered under the fire detection and alarm system scheme, plus Portable Fire Fighting Equipment (PFFE).
•The appraisal requires the organisation to have Business Continuity Plan (BCP) and demonstrate that it is regularly tested in line with ISO 22301.
•The appraisal requires the organisation to have successfully delivered a minimum of at least 2 contracts of a similar size and value within the latest 10 years period.
•The appraisal requires the organisation to have SSIP (Safety Schemes in procurement) Accreditation and Construction line registered will be required to retain both for the duration of the contract. (min Silver)    
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 14/10/2024 Time: 12:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/10/2024
         Time: 13:00
         Place:
         Stonewater
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2028/ 2030
   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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W6T43U3J2K
   VI.4) Procedures for review
   VI.4.1) Review body:
             Stonewater Limited
       Unit C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Stonewater Limited
          Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
          Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
   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:
          Stonewater Limited
       Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
       Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
   VI.5) Date Of Dispatch Of This Notice: 09/09/2024

Annex A


View any Notice Addenda

UK-Whetstone: Repair and maintenance services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Stonewater Limited, 20558R
       Suite C, Lancaster House,, Grange Business Park, Enderby Road, Whetstone, LE8 6EP, United Kingdom
       Tel. +44 1384471065, Email: Gemma.wheatley@stonewater.org
       Contact: Gemma Wheatley
       Main Address: https://www.stonewater.org/, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Specialist Systems Service Maintenance & Installation      Reference number: 00335-AST      
   II.1.2) Main CPV code:
      50000000 - Repair and maintenance services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Repair, Servicing, maintenance and installation of warden call, door entry, CCTV, Fire Alarm and other workstreams.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 10/09/2024

VI.6) Original notice reference:

   Notice Reference:    2024 - 702153   
   Notice number in OJ S:    2024/S 000 - 028858
   Date of dispatch of the original notice: 09/09/2024

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.6          
         Lot No: 1          
         Place of text to be modified: Estimated Value          
         Instead of: £1,500,000          
         Read: £6,666,666.00 over 5 years.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.6          
         Lot No: 2          
         Place of text to be modified: Estimated Value          
         Instead of: £1,500,000.00          
         Read: £6,666,666.66
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.6          
         Lot No: 3          
         Place of text to be modified: Estimated Value          
         Instead of: £1,500,000.00          
         Read: £6,666,666.66
                                    
   
VII.2) Other 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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/W6T43U3J2K


View Award Notice