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
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
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