Building Maintenance and Repairs Contract Humberside
Framework for the Provision of Building Maintenance and Repairs.
United Kingdom-Harland Way: Repair and maintenance services
2019/S 070-165392
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
The Lawns
Harland Way, Cottingham
HU16 5SN
United Kingdom
Contact person: Hayley Cairns
Telephone: +44 7464983798
E-mail: hayley.cairns@southyorks.pnn.police.uk
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/36335
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for the Provision of Building Maintenance and Repairs
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework is for the provision of buildings maintenance and repairs — to deliver a range of planned, preventative, reactive and call out services to the organisations named.
The framework is divided into four geographical lots — and suppliers may bid for one or a combination of the lots.
II.1.5)Estimated total value
II.1.6)Information about lots
Tenderers may select to bid for one or a selection of the lots.
Lot 1: Humberside;
Lot 2: South Yorkshire;
Lot 3: North Yorkshire;
Lot 4: West Yorkshire.
II.2.1)Title:
Humberside
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Provision of Buildings Maintenance and Repairs for the Humberside Geographical Region
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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Estimated value for this lot has been calculated using potential workload and current annual spend figures from both the Police and Fire services with this geographical area.
Each lot will be awarded to one supplier.
II.2.1)Title:
South Yorkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2: Provision of Buildings Maintenance and Repairs for the South Yorkshire area
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.2.14)Additional information
Estimated value for this lot has been calculated using potential workload and current annual spend figures from both the Police and Fire services with this geographical area.
Each lot will be awarded to one supplier.
II.2.1)Title:
North Yorkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3: Provision of North Yorkshire
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.2.14)Additional information
Estimated value for this lot has been calculated using potential workload and current annual spend figures from both the Police and Fire services with this geographical area.
Each lot will be awarded to one supplier.
II.2.1)Title:
West Yorkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4: Provision of Buildings Maintenance and Repairs for West Yorkshire Geographical Region
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.2.14)Additional information
Estimated value for this lot has been calculated using potential workload and current annual spend figures from both the Police and Fire services with this geographical area.
Each lot will be awarded to one supplier.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents. Each lot will be awarded to one supplier.
III.1.3)Technical and professional ability
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
5 years.
VI.4.1)Review body
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
United KingdomInternet address: http://www.judiciary.gov.uk
VI.5)Date of dispatch of this notice: