Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Stonewater Limited
  20558R
  Suite C, Lancaster House,, Grange Business Park, Enderby Road
  Whetstone
  LE8 6EP
  UK
  
            Contact person: Gemma Wheatley
  
            Telephone: +44 1384471065
  
            E-mail: Gemma.wheatley@stonewater.org
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.stonewater.org/
  
              Address of the buyer profile: https://www.delta-esourcing.com/
 
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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-UK-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K
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
Specialist Systems Service Maintenance & Installation
            Reference number: 00335-AST
  II.1.2) Main CPV code
  50000000
 
  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: 
			20 000 000.00 
			  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: 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
  
          Lot No: North
  
    II.2.1) Title
    Lot 1
    II.2.2) Additional CPV code(s)
    50000000
    II.2.3) Place of performance
    NUTS code:
    UKE
Main site or place of performance:
    YORKSHIRE AND THE HUMBER
    II.2.4) Description of the 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: 
			1 500 000.00 
			  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.2.9) 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.2.12) Information about electronic catalogues
    Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
    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/W6T43U3J2K
   
  
          Lot No: South East
  
    II.2.2) Additional CPV code(s)
    50000000
    II.2.3) Place of performance
    NUTS code:
    UKJ
Main site or place of performance:
    SOUTH EAST (ENGLAND)
    II.2.4) Description of the 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: 
			1 500 000.00 
			  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.2.9) 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: South West
  
    II.2.1) Title
    Lot 3
    II.2.2) Additional CPV code(s)
    50000000
    II.2.3) Place of performance
    NUTS code:
    UKK
Main site or place of performance:
    SOUTH WEST (ENGLAND)
    II.2.4) Description of the 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: 
			1 500 000.00 
			  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.2.9) 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.2.12) Information about electronic catalogues
    Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
    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:
  •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
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.1) Information about a particular profession
  
                  Participation is reserved to a particular profession: Yes
                
  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.2.3) 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
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open 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:
              14/10/2024
  
                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: 6 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              15/10/2024
  
              Local 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
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-Whetstone:-Repair-and-maintenance-services./W6T43U3J2K
To respond to this opportunity, please click here: 
https://www.delta-esourcing.com/respond/W6T43U3J2K
 GO Reference: GO-202499-PRO-27641592
VI.4) Procedures for review
  VI.4.1) Review body
  
    Stonewater Limited
    Unit C, Lancaster House,, Grange Business Park, Enderby Road
    Whetstone
    LE8 6EP
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    Stonewater Limited
    Suite C, Lancaster House,, Grange Business Park, Enderby Road
    Whetstone
    LE8 6EP
    UK
    
            Telephone: +44 1384471065
    
            E-mail: Gemma.wheatley@stonewater.org
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    Stonewater Limited
    Suite C, Lancaster House,, Grange Business Park, Enderby Road
    Whetstone
    LE8 6EP
    UK
    
            Telephone: +44 1384471065
    
            E-mail: Gemma.wheatley@stonewater.org
   
 
VI.5) Date of dispatch of this notice
09/09/2024