Facilities Management Tender North Yorkshire
6 Lots. Lot 1 — Fixed wire testing; Lot 2 — Water testing (L8); Lot 3 — Roller shutter door repair and maintenance.
United Kingdom-Northallerton: Building and facilities management services
2016/S 101-180638
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Yorwaste Ltd
Mount View, Standard Way
For the attention of: Mr Kevin Smith
DL6 2YD Northallerton
UNITED KINGDOM
Telephone: +44 1609774400
E-mail: yorprocurement@yorwaste.co.uk
Internet address(es):
General address of the contracting authority: http://www.yorwaste.co.uk/
Electronic access to information: https://procontract.due-north.com
Electronic submission of tenders and requests to participate: https://procontract.due-north.com
Further information can be obtained from: Yorwaste Ltd
Mount View, Standard Way
For the attention of: Mr Kevin Smith
DL6 2YD Northallerton
UNITED KINGDOM
Telephone: +44 1609774400
E-mail: yorprocurement@yorwaste.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Yorwaste Ltd
Mount View, Standard Way
For the attention of: Mr Kevin Smith
DL6 2YD Northallerton
UNITED KINGDOM
Telephone: +44 1609774400
E-mail: yorprocurement@yorwaste.co.uk
Tenders or requests to participate must be sent to: Yorwaste Ltd
Mount View, Standard Way
For the attention of: Mr Kevin Smith
DL6 2YD Northallerton
UNITED KINGDOM
Telephone: +44 1609774400
E-mail: yorprocurement@yorwaste.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UKE2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Contractors will be required to travel to the Company’s waste management sites based in and around North Yorkshire.
II.1.6)Common procurement vocabulary (CPV)
79993000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Contractors will be required to travel to the Company’s waste management sites based in and around North Yorkshire.
Lot 1 — Fixed wire testing;
Lot 2 — Water testing (L8);
Lot 3 — Roller shutter door repair and maintenance;
Lot 4 — East (planned and reactive maintenance);
Lot 5 — West (planned and reactive maintenance);
Lot 6 — South (planned and reactive maintenance).
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The company will score the contract examples given in the PQQ response. The company will use these scores in determining the suppliers it will take forward to the ITT stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Facilities Management Services Scotland
Welsh Water Facilities Management Services Framework
Tender for Facilities Management System
Facilities Management Tender Aylesbury