Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Property Security and Electrical Works

  • First published: 15 December 2022
  • Last modified: 15 December 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-038d44
Published by:
Northern Housing Consortium Ltd
Authority ID:
AA50409
Publication date:
15 December 2022
Deadline date:
31 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LOT 1 is available for Member Organisations to purchase a range of property safety and security relatedproducts. It is also available to purchase products with installation services where available

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Contact person: Drew Frame

Telephone: +44 1915661000

E-mail: tenders@consortiumprocurement.org.uk

NUTS: UK

Internet address(es)

Main address: www.northern-consortium.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

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-Sunderland:-Residential-property-services./EC5PR3M758


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned 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

Property Security and Electrical Works

II.1.2) Main CPV code

70331000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of property safety and security products and services, including: Manufacture/Supply and Install of Protection, Security and Safety Products, design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned security services, mobile patrols, waking watch services, void security and protection, void clearance and general cleaning, void specialist cleaning, PAT testing, fixed electrical testing, electrical condition surveys and inspection reports, electrical remedial work and consultancy services.

The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

II.1.5) Estimated total value

Value excluding VAT: 230 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) or sub-lotsto meet their requirements.

II.2) Description

Lot No: Lot 1

II.2.1) Title

LOT 1: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

LOT 1 is available for Member Organisations to purchase a range of property safety and security relatedproducts. It is also available to purchase products with installation services where available

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in

ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality

requirements. All successful Bidders will be appointed to the Framework Agreement

Lot No: 2.1

II.2.1) Title

Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems

II.2.2) Additional CPV code(s)

45312000

45312200

35125300

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 2.1 covers the Design/Supply/Install/Maintain CCTV and ANPR 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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.2

II.2.1) Title

Sub-Lot 2.2: Design/Supply/Install/Maintain Door Entry and Access Control Systems

II.2.2) Additional CPV code(s)

45312100

45312200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 2.2 is for Design/Supply/Install/Maintain Door Entry and Access Control Systems

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.3

II.2.1) Title

Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems

II.2.2) Additional CPV code(s)

45312000

45312100

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 2.3 is for Design/Supply/Install/Maintain Intruder Alarm 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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.4

II.2.1) Title

Sub-Lot 2.4: CCTV Remote Monitoring

II.2.2) Additional CPV code(s)

79711000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 2.4 is for CCTV Remote Monitoring

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: 950 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.5

II.2.1) Title

Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring

II.2.2) Additional CPV code(s)

79711000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Lot 2.5 is for Intruder and Fire Alarm Remote Monitoring

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.6

II.2.1) Title

Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems

II.2.2) Additional CPV code(s)

79711000

45312100

45312200

35125300

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 2.6 is for the Design/Supply/Install/Maintain/Remote Monitoring of CCTV 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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.7

II.2.1) Title

Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems

II.2.2) Additional CPV code(s)

79711000

45312000

45312100

45312200

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 2.7is for the Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2.8

II.2.1) Title

Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service

II.2.2) Additional CPV code(s)

79711000

45312100

45312200

35120000

35125300

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 2.8 is for CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.1

II.2.1) Title

Sub-Lot 3.1: Manned Security Services

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 3.1 is for Manned Security Services

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.2

II.2.1) Title

Sub-Lot 3.2: Mobile Patrol Services

II.2.2) Additional CPV code(s)

79715000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 3.2 is for Mobile Patrol Services

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.3

II.2.1) Title

Sub-Lot 3.3: Waking Watch Services

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 3.3is for Waking Watch Services of properties and sites

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3.4

II.2.1) Title

Sub-Lot 3.4: Property and Site Safety and Security Fully Managed Service

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

3.4 is for Property and Site Safety and Security Fully Managed Service

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.1

II.2.1) Title

Sub-Lot 4.1: Void Security and Protection

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

ub-Lot 4.1 is for Void Security and Protection

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.2

II.2.1) Title

Sub-Lot 4.2: Void Clearance and General Cleaning

II.2.2) Additional CPV code(s)

90910000

90911000

90911100

90911200

90911300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 4.2 is Void Clearance and General Cleaning

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.3

II.2.1) Title

Sub-Lot 4.3: Void Specialised Cleaning

II.2.2) Additional CPV code(s)

90910000

90911000

90911100

90911200

90911300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 4.3 is Void Specialised Cleaning

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 4.4

II.2.1) Title

Sub-Lot 4.4: Void Property Management Fully Managed Service

II.2.2) Additional CPV code(s)

79710000

90910000

90911000

90911100

90911200

90911300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 4.4 is for Void Property Management Fully Managed Service

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5.1

II.2.1) Title

Sub-Lot 5.1: PAT Testing

II.2.2) Additional CPV code(s)

39710000

71314100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 5.1 is for PAT Testing

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5.2

II.2.1) Title

Sub-Lot 5.2: Fixed Electrical Testing

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 5.2 is for Fixed Electrical Testing

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: 950 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5.3

II.2.1) Title

Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 5.3 is for Electrical Condition Surveys And Inspection Reports

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5.4

II.2.1) Title

Sub-Lot 5.4: Remedial Work, Including Rewires

II.2.2) Additional CPV code(s)

71314100

50532400

50710000

50711000

51100000

51110000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 5.4 is for electrical remedial work, including rewires

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 5.5

II.2.1) Title

Sub-Lot 5.5: Electrical Works Fully Managed Service

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 5.5: Electrical Works Fully Managed Service

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 6.1

II.2.1) Title

Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 6.1is for consultancy around CCTV Systems, Door Entry/Access Control, Intruder Alarms

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 6.2

II.2.1) Title

Sub-Lot 6.2: Electrical Works

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Sub-Lot 6.2 is for consultancy around electrical 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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

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:

Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is 556.00 GBP (+VAT) per annum.

Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from theaddress in section 1.

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the Specification and procurement documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about 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: 31/01/2023

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 31/01/2023

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Contracting Authority considers that this contract may be suitable for economic operators that are Small orMedium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement.

The framework will be available for all current and future Consortium Members, further information on who canaccess the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) and/or sub-lots to meet their requirements.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/EC5PR3M758" target="_blank">https://www.delta-esourcing.com/respond/EC5PR3M758</a>

GO Reference: GO-20221214-PRO-21732809

VI.4) Procedures for review

VI.4.1) Review body

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Telephone: +44 15661000

E-mail: tenders@consortiumprocurement.org.uk

VI.4.2) Body responsible for mediation procedures

Northern Housing Consortium Ltd

Hope Street Xchange, 1-3 Hind Street

Sunderland

SR1 3QD

UK

Telephone: +44 1915661000

E-mail: tenders@consortiumprocurement.org.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill periodfollowing confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

VI.5) Date of dispatch of this notice

14/12/2022

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
90911000 Accommodation, building and window cleaning services Cleaning services
45312000 Alarm system and antenna installation work Electrical installation work
79711000 Alarm-monitoring services Security services
90911200 Building-cleaning services Accommodation, building and window cleaning services
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
90910000 Cleaning services Cleaning and sanitation services
39710000 Electrical domestic appliances Domestic appliances
71314100 Electrical services Energy and related services
45312100 Fire-alarm system installation work Alarm system and antenna installation work
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
79715000 Patrol services Security services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50532400 Repair and maintenance services of electrical distribution equipment Repair and maintenance services of electrical machinery, apparatus and associated equipment
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
70331000 Residential property services Property management services of real estate on a fee or contract basis
35125300 Security cameras Surveillance system
79710000 Security services Investigation and security services
35120000 Surveillance and security systems and devices Emergency and security equipment
90911300 Window-cleaning services Accommodation, building and window cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@consortiumprocurement.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.