Copeland Borough Council Building Maintenance Tender
To undertake programmed, reactive and cyclical maintenance services for council owned buildings.
United Kingdom-Whitehaven: Repair and maintenance services of building installations
2019/S 098-237391
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Copeland Centre
Whitehaven
CA28 7SJ
United Kingdom
Contact person: Paul Kirkham
Telephone: +44 1946598333
E-mail: paul.kirkham@copeland.gov.uk
NUTS code: UKD11
Internet address(es):Main address: http://www.copeland.gov.uk/
Address of the buyer profile: http://www.copeland.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Building Maintenance of Council owned Buildings
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Copeland Borough Council is seeking to appoint a competent contractor to undertake programmed, reactive and cyclical maintenance services for Council owned buildings located in the Borough of Copeland. The work generally comprises the full range of maintenance, repairs and minor works associated with the Council’s buildings. Examples include:
— planned maintenance: redecoration and refurbishment,
— reactive works: repairs to doors, windows,
— emergency call out: boarding up damaged windows,
— minor works: new reception counters, and alterations. The successful contractor shall provide 24 hours a day, 7 days a week response service to all communications from the Council and will ensure that a senior member of staff is available at all times to receive instructions and undertake the required works immediately upon request.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Copeland Borough Council is seeking to appoint a competent contractor to undertake programmed, reactive and cyclical maintenance services for Council owned buildings located in the Borough of Copeland. The work generally comprises the full range of maintenance, repairs and minor works associated with the Council’s buildings. Examples include: planned maintenance such as redecoration and refurbishment, reactive works such as repairs to doors, windows, etc., emergency call out such as boarding up damaged windows, minor works such as new reception counters, and alterations. The successful contractor shall provide 24 hours a day, 7 days a week response service to all communications from the Council and will ensure that a senior member of staff is available at all times to receive instructions and undertake the required works immediately upon request.
Candidates will need, as a minimum, either current UKAS-Accredited third party certification, or equivalent International Accreditation Body certification to OHSAS 18001 or equivalent covering the scope of the work or be a pre-qualified by a member of the Safety Schemes in Procurement Scheme (www.ssip.org.uk) or by a European Equivalent covering the scope of the work.
For clarity, the following maintenance works are excluded from this contract: electrical engineering installations, mechanical engineering installations, lifts, alarms, fire-fighting appliances and installations, UPS, emergency generators and automatic doors.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The services will be tendered upon expiry of this contract.
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
Section IV: Procedure
IV.1.1)Type of procedure
PIN Published no more than 12 months and no less than 35 days from this notice.
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Strand
London
WC2 A 2LL
United Kingdom
VI.4.3)Review procedure
Any appeals should be made to the High Court in accordance with the requirements and timescales specified in Part 3 of the Public Contracts Regulations 2015. Any appeals should also be promptly brought to the attention of the public body specified in Section I) of this notice.
VI.5)Date of dispatch of this notice: