Day Rate Tradesmen Services Tender Barnsley
The trust is seeking a framework of providers to support the Estates and Facilities Department in managing and maintaining its premises across the four localities.
United Kingdom-Barnsley: Other building completion work
2018/S 018-037231
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Department, Kendray Hospital, Doncaster Road,
Barnsley
S70 3RD
United Kingdom
Telephone: +44 1226434605
E-mail: gary.garvey@swyt.nhs.uk
Fax: +44 1226770717
NUTS code: UKE31Internet address(es):Main address: http://www.southwestyorkshire.nhs.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Estates and Facilities Day Rate Tradesmen
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The trust is seeking a framework of providers to support the Estates and Facilities Department in managing and maintaining its premises across the four localities. The purpose of this Day Rate Tradesmen Services Tender is to provide the Trusts Estates and Facilities Department with a number of providers under each given trade heading who can be utilised under the tendered/contracted rates or further tested via a mini-tender exercise with the full list of framework suppliers. This Day Rate Tradesmen Tender shall provide the Trust with a minimum of 3 tradesmen suppliers for each of the respective trades/Lots detailed below:- Lot 1 – Approved Electrician and Electricians Mate/Apprentice Lot 2 – Gas Safe Plumber Lot 3 – Plumber Lot 4 – Joiner Lot 5 – Bricklayer Lot 6 – Plasterer Lot 7 – Painter Lot 8 – General Builder and Building Labourer Lot 9 – Security Installation Engineer Lot 10 – BMS/Controls Engineer Lot 11 – Data/Telecoms Engineer.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Approved Electrician
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Approved Electrician.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Gas Safe Plumber
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Gas Safe Plumber.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Plumber
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Plumber.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Joiner
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Joiner.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Bricklayer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Bricklayer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Plasterer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Plasterer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Painter
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Painter.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
General Builder and Building Labourer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – General Builder & Building Labourer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Security System Installation Engineer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Security System Installation Engineer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
BMS Controls Engineer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – BMS Controls Engineer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Data/Telecoms Engineer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of day rate tradesmen – Data/Telecoms Engineer.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Wakefield
United Kingdom
VI.5)Date of dispatch of this notice: