Door Entry and Warden Call Contract London
The awarding authority seeks to appoint 1 contractor for the provision of door entry and warden call maintenance and minor works to its housing stock within the London Borough of Southwark.
United Kingdom-London: Repair and maintenance services
2017/S 161-331703
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Southwark Council, 160 Tooley Street
London
SE1 2QH
United Kingdom
Contact person: Mr Reuben Humphries
E-mail: engineeringqs@southwark.gov.uk
NUTS code: UKI
Address of the buyer profile: http://www.southwark.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Door Entry and Warden Call Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The awarding authority seeks to appoint 1 contractor for the provision of door entry and warden call maintenance and minor works to its housing stock within the London Borough of Southwark. The contract will include responsive repairs and maintenance to door entry systems, responsive repairs and testing of warden call systems, refurbishments/ replacements of door entry and warden call systems, Builders work in connection with services and emergency service. The contract will be required to provide a 24/7 365 days response repair service.
II.1.5)Estimated total value
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:
The appointed contractor will provide their service within the London Borough of Southwark.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be for an initial 4 year period, extendible at the sole discretion of the awarding authority for a further period of 2 years, giving a total possible contract period of up to 6 years.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Tenders must be in accordance with the instructions contained in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Manned Guarding Contract Wakefield
London Borough of Camden Security Services Contract
Security Guarding Services Contract for Supreme Court, London
Security Service Contract Liverpool
CCTV Replacement Contract Exeter