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

PE0602 Mechanical and Electrical Building Services Repairs, Maintenance and Compliance Programme

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e480
Published by:
Peabody Trust
Authority ID:
AA70470
Publication date:
12 March 2025
Deadline date:
11 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Procurement is in relation to a 24/7/365 day to day responsive repairs and planned preventative maintenance service to various mechanical and electrical building installations, together with some planned replacements of plant and equipment to our housing stock under a Term Alliance Contract. The work (‘Tasks’) are split into three Lots that are in turn divided into five geographical Areas.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Peabody Trust

45 Westminster Bridge Road

London

SE1 7JB

UK

Contact person: Sarah Carpenter

Telephone: +44 7901956223

E-mail: sarah.carpenter@peabody.org.uk

NUTS: UKI

Internet address(es)

Main address: www.delta-esourcing.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the 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

PE0602 Mechanical and Electrical Building Services Repairs, Maintenance and Compliance Programme

Reference number: PE0602

II.1.2) Main CPV code

50711000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Procurement is in relation to a 24/7/365 day to day responsive repairs and planned preventative maintenance service to various mechanical and electrical building installations, together with some planned replacements of plant and equipment to our housing stock under a Term Alliance Contract. The work (‘Tasks’) are split into three Lots that are in turn divided into five geographical Areas.

II.1.5) Estimated total value

Value excluding VAT: 320 000 000.00  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: 3

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

There is no restriction to the number of Lots Applicants may bid for. However, the Authority will award no more than one Area in any Lot to a single Provider. Accordingly, the Authority may award no more than five Areas (one in each Lot) to any one Provider. Refer section 12.3 of the draft Invitation to Tender for each Lot for a further explanation of how Areas in each Lot will be awarded.

II.2) Description

Lot No: 1a

II.2.1) Title

Lot 1 Fire Safety Equipment Maintenance - Area A North West London

II.2.2) Additional CPV code(s)

31625100

31625200

35111300

44482000

45312100

45343000

45343220

50413200

51700000

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Fire Safety Equipment maintenance to include:

•Fire alarms

•Fire extinguishers

•AOV smoke ventilation systems

•Bin chute testing and dampers

•Generators

•Uninterruptible Power Supplies ('UPS') testing

•Evacuation alert systems & emergency voice communication systems

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a. The initial contract term (5 years);

b. The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XM43958PDV

Lot No: 1b

II.2.1) Title

Lot 1 Fire Safety Equipment Maintenance - Area B – North East London

II.2.2) Additional CPV code(s)

31625100

31625200

35111300

44482000

45312100

45343000

45343220

50413200

51700000

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 1: Fire Safety Equipment maintenance to include:

•Fire alarms

•Fire extinguishers

•AOV smoke ventilation systems

•Bin chute testing and dampers

•Generators

•Uninterruptible Power Supplies ('UPS') testing

•Evacuation alert systems & emergency voice communication systems

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the tender documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1c

II.2.1) Title

Lot 1 Fire Safety Equipment Maintenance - Area C – South London

II.2.2) Additional CPV code(s)

31625100

31625200

35111300

44482000

45312100

45343000

45343220

50413200

51700000

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 1: Fire Safety Equipment maintenance to include:

•Fire alarms

•Fire extinguishers

•AOV smoke ventilation systems

•Bin chute testing and dampers

•Generators

•Uninterruptible Power Supplies ('UPS') testing

•Evacuation alert systems & emergency voice communication systems

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1d

II.2.1) Title

Lot 1 Fire Safety Equipment Maintenance - North East Counties

II.2.2) Additional CPV code(s)

31625100

31625200

35111300

44482000

45312100

45343000

45343220

50413200

50620000

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 1: Fire Safety Equipment maintenance to include:

•Fire alarms

•Fire extinguishers

•AOV smoke ventilation systems

•Bin chute testing and dampers

•Generators

•Uninterruptible Power Supplies ('UPS') testing

•Evacuation alert systems & emergency voice communication systems

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1e

II.2.1) Title

Lot 1 Fire Safety Equipment Maintenance - Area E North West Counties

II.2.2) Additional CPV code(s)

31625100

31625200

35111300

44482000

45312100

45343000

45343220

50413200

51700000

50000000

90650000

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: Fire Safety Equipment maintenance to include:

•Fire alarms

•Fire extinguishers

•AOV smoke ventilation systems

•Bin chute testing and dampers

•Generators

•Uninterruptible Power Supplies ('UPS') testing

•Evacuation alert systems & emergency voice communication systems

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2a

II.2.1) Title

Lot 2 Security Systems and Communication Equipment Maintenance - Area A – North West London

II.2.2) Additional CPV code(s)

50610000

50000000

90650000

44221400

44221300

32324400

35120000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 2: Security Systems and Communication Equipment Maintenance to include:

•Door Entry Systems

•Access Control equipment

•Automated gates, doors and shutters

•Warden Call systems

•CCTV

•TV aerials

•Integrated Reception Systems (‘IRS’)

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2b

II.2.1) Title

Lot 2 Security Systems and Communication Equipment Maintenance - Area B – North East London

II.2.2) Additional CPV code(s)

50610000

50000000

90650000

44221400

44221300

32324400

35120000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 2: Security Systems and Communication Equipment Maintenance to include:

•Door Entry Systems

•Access Control equipment

•Automated gates, doors and shutters

•Warden Call systems

•CCTV

•TV aerials

•Integrated Reception Systems (‘IRS’)

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2c

II.2.1) Title

Lot 2 Security Systems and Communication Equipment Maintenance - Area C – South London

II.2.2) Additional CPV code(s)

50610000

50000000

90650000

44221400

44221300

32324400

35120000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 2: Security Systems and Communication Equipment Maintenance to include:

•Door Entry Systems

•Access Control equipment

•Automated gates, doors and shutters

•Warden Call systems

•CCTV

•TV aerials

•Integrated Reception Systems (‘IRS’)

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2d

II.2.1) Title

Lot 2 Security Systems and Communication Equipment Maintenance - Area D – North East Counties

II.2.2) Additional CPV code(s)

50610000

50000000

90650000

44221400

44221300

32324400

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 2: Security Systems and Communication Equipment Maintenance to include:

•Door Entry Systems

•Access Control equipment

•Automated gates, doors and shutters

•Warden Call systems

•CCTV

•TV aerials

•Integrated Reception Systems (‘IRS’)

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2e

II.2.1) Title

Lot 2 Security Systems and Communication Equipment Maintenance - Area E – North West Counties

II.2.2) Additional CPV code(s)

50610000

50000000

90650000

44221400

44221300

32324400

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 2: Security Systems and Communication Equipment Maintenance to include:

•Door Entry Systems

•Access Control equipment

•Automated gates, doors and shutters

•Warden Call systems

•CCTV

•TV aerials

•Integrated Reception Systems (‘IRS’)

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As started in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3a

II.2.1) Title

Lot 3: Electrical Building Services Maintenance - Area A – North West London

II.2.2) Additional CPV code(s)

45310000

45311000

45315000

45315100

45317000

50711000

71314100

31518200

45312310

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 3: Electrical Building Services Maintenance to include:

•Domestic and Communal Electrical Testing and remedial repairs

•Emergency lighting testing

•Lightning protection maintenance

•Height safety system maintenance

•Photovoltaic equipment maintenance

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3b

II.2.1) Title

Lot 3: Electrical Building Services Maintenance - Area B – North East London

II.2.2) Additional CPV code(s)

45310000

45311000

45315000

45315100

45317000

50711000

71314100

31518200

45312310

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 3: Electrical Building Services Maintenance to include:

•Domestic and Communal Electrical Testing and remedial repairs

•Emergency lighting testing

•Lightning protection maintenance

•Height safety system maintenance

•Photovoltaic equipment maintenance

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3c

II.2.1) Title

Lot 3: Electrical Building Services Maintenance - Area C – South London

II.2.2) Additional CPV code(s)

45310000

45311000

45315000

45315100

45317000

50711000

71314100

31518200

45312310

50000000

90650000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

Lot 3: Electrical Building Services Maintenance to include:

•Domestic and Communal Electrical Testing and remedial repairs

•Emergency lighting testing

•Lightning protection maintenance

•Height safety system maintenance

•Photovoltaic equipment maintenance

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3d

II.2.1) Title

Lot 3: Electrical Building Services Maintenance - Area D – North East Counties

II.2.2) Additional CPV code(s)

45310000

45311000

45315000

45315100

45317000

50711000

71314100

31518200

45312310

50000000

90650000

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 3: Electrical Building Services Maintenance to include:

•Domestic and Communal Electrical Testing and remedial repairs

•Emergency lighting testing

•Lightning protection maintenance

•Height safety system maintenance

•Photovoltaic equipment maintenance

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3e

II.2.1) Title

Lot 3: Electrical Building Services Maintenance - Area E – North West Counties

II.2.2) Additional CPV code(s)

45310000

45311000

45315000

45315100

45317000

50711000

71314100

31518200

45312310

50000000

90650000

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 3: Electrical Building Services Maintenance to include:

•Domestic and Communal Electrical Testing and remedial repairs

•Emergency lighting testing

•Lightning protection maintenance

•Height safety system maintenance

•Photovoltaic equipment maintenance

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 120

This contract is subject to renewal: No

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

Envisaged minimum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

a.The initial contract term (5 years);

b.The optional extension term (+ 5 years);

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in the the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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: 11/04/2025

Local time: 12:00

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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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

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

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/XM43958PDV

GO Reference: GO-2025219-PRO-29482180

VI.4) Procedures for review

VI.4.1) Review body

Peabody Trust

45 Westminster Bridge Road

London

SE1 7JB

UK

Telephone: +44 7901956223

E-mail: procurement.enquiries@peabody.org.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

19/02/2025

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45310000 Electrical installation work Building installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
71314100 Electrical services Energy and related services
45311000 Electrical wiring and fitting work Electrical installation work
31518200 Emergency lighting equipment Signalling lights
35111300 Fire extinguishers Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343220 Fire-extinguishers installation work Fire-prevention installation works
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
44482000 Fire-protection devices Miscellaneous fire-protection equipment
44221300 Gates Windows, doors and related items
51700000 Installation services of fire protection equipment Installation services (except software)
45312310 Lightning-protection works Alarm system and antenna installation work
45317000 Other electrical installation work Electrical installation work
50000000 Repair and maintenance services Other Services
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50620000 Repair and maintenance services of firearms and ammunition Repair and maintenance services of security and defence materials
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
44221400 Shutters Windows, doors and related items
35120000 Surveillance and security systems and devices Emergency and security equipment
32324400 Television aerials Televisions

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:
sarah.carpenter@peabody.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.