Eastern Procurement Compliance Framework
14 Lots. Delivery of a range of services to cover mandatory compliance due to regulatory requirements or tenant expectations to ensure the safe and sound standing of housing stock.
United Kingdom-Norwich: Repair and maintenance services of electrical and mechanical building installations
2016/S 248-453429
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Old Granary, Grange Farm, Ashwellthorpe
Norwich
NR16 1ET
United Kingdom
Contact person: Mark Fisher
Telephone: +44 1508488244
E-mail: mark@eastern-procurement.co.uk
NUTS code: UKF22
Internet address(es):Main address: http://eastern-procurement.co.uk/
Address of the buyer profile: http://eastern-procurement.co.uk/portal/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
EPCM16 Compliance Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Delivery of a range of services to cover mandatory compliance due to regulatory requirements or tenant expectations to ensure the safe and sound standing of housing stock.
This is split into 14 lots, with no limitation on number of lots entered into.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Alarms, Entry Systems, Security And Associated Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Fire Alarms/Detection Systems, Emergency Lighting Systems, Fighting Equipment Service/Maintenance, Intruder Alarm Installation, Warden Call/OAP Alarms/Other Alarm Installations, CCTV Fire Installations, Controlled Door Entry Maintenance, Automatic Door Installation, PA Systems, Servicing and Maintenance, Communal Digital TV/Satellite TV Aerials and Distribution Systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Commercial Heating
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Communal Gas Heating, Commercial Gas Fired Central Boiler installations, Commercial Oil And Biomass Central Boiler installations, Biannual Servicing Requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Passenger Lifts: Installation servicing and Repair
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lifts Installation and Refurbishments, Lifts Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Stair Lifts/Hoists: Installation Servicing and Repair
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Platform lift/Stair Lifts/Hoists Installation and Refurbishments, Platform Lift/Stair Lifts/ Hoists Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Water Hygiene
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Water Hygiene Testing, Water Treatment Equipment Maintenance, Thermostatic Mixing Valve Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Commercial Catering and Laundry equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment Maintenance, Communal/Catering Kitchen Deep Cleaning, Communal/Catering Kitchen Ventilation Canopy Cleaning, Communal /Commercial Laundry Equipment Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Street Lighting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
External Car Park, Communal and Street Lighting of housing and Public Sector Properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Landlord EIT and PAT work
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Landlords Electrical Installations and Testing including PAT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lightning Protection System
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lightning Protection Systems Installations
Lightning Protection Systems Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos: Removal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Removal and disposal of Licenced Asbestos.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos: Survey
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Survey Of Properties for Asbestos (full and partial surveys).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Customer Satisfaction / Mystery Shopper Surveys
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Customer Satisfaction Survey Service
Mystery Shopper Service.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Independent Auditing (Gas And Electricals)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Independent Audit of Gas and Electrical Installations or Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Risk Assessment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Fire Risk Assessments of Properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Online via portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The contract is designed for Members of Eastern Procurement, both current and future (see website) and other organisations of a public sector nature in the East of England. There is also an option under the licence set up to licence this to other buying consortia and their members.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 207947600
VI.4.2)Body responsible for mediation procedures
70 Whitehall
London
WC2A 2LL
United Kingdom
Telephone: +44 207947600Internet address:http://www.cabinetoffice.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
Ashwellthorpe
WC2A 2LL
United Kingdom
Telephone: +44 207947600Internet address:http://www.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Fusion 21 Compliance and Facilities Management Framework
Water Testing Services Contract Lancashire
Fixed Wiring Testing and Portable Appliance Testing Blackpool
Tender for Asbestos Survey and Sample Analysis Plymouth