Cleveland Police Multi Trade Contractor Framework
A multi trade Minor Works Framework which will enable the Estates and Facilities Teams from Police and Crime Commissioner for Cleveland and Cleveland Fire Authority.
United Kingdom-Stockton-on-Tees: Miscellaneous services
2017/S 111-224543
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Cleveland Police
N/A
Unit 1, Ash House, III Acre, Princeton Drive, Thor
For the attention of: Angela Hall
TS17 6AJ Stockton-on-Tees
United Kingdom
Telephone: +44 1642301234
E-mail: angela.hall@cleveland.pnn.police.uk
Internet address(es):
General address of the contracting authority/entity: http://www.cleveland.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/30466
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20457&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20457&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
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
Main site or location of works, place of delivery or of performance: Stockton on Tees.
NUTS code UK
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
98300000, 14213200, 31625000, 32260000, 34928220, 34928310, 39515000, 39515400, 43324000, 44112210, 44113700, 44113800, 44114000, 44163110, 44163112, 44220000, 44221200, 44312000, 44313100, 44480000, 45111000, 45200000, 45232452, 45233222, 45261420, 45262300, 45262330, 45262500, 45262521, 45262660, 45320000, 45324000, 45330000, 45342000, 45410000, 45421000, 45421146, 45432113, 45432114, 45441000, 71221000, 71250000, 71251000, 71311000, 71312000, 71314100, 71315100, 71315300, 71324000, 71355000, 77314000, 79931000, 90650000, 90922000, 98395000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 350 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per documentation.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per documentation.
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As per documentation.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: As per documentation.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
As per documentation.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
As per documentation.
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.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3 months prior to end of contract.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Police and Crime Commissioner for Cleveland
Ladgate Lane
TS57YZ Middlesbrough
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Theatre Refurbishment Lincolnshire – Request for Quotation
Construction Consultancy Framework (Reissue)
Camden Hall Refurbishment, London – Development Manager Appointment
Stevenage Borough Council Major Refurbishment Contract 2018 – 2023
Minor Building Works Framework – Guy’s and St Thomas’ NHS Foundation Trust