Facilities Management Services Wales
4 Lots. Lot 1 – Mechanical Services includes the following: Commercial Gas and Oil Servicing; Kitchen Equipment; Kitchen Canopies.
United Kingdom-Caerphilly: Building and facilities management services
2016/S 111-197195
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170
E-mail: nationalprocurementservice@wales.gsi.gov.uk
NUTS code: UKL
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NPS Framework for the Provision of Facilities Management Services (Phase 2).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Facilities Management Services (Phase 2) including:
Mechanical Services;
Fire Equipment Maintenance;
Pest Control Products and Services;
Security Services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Mechanical Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Mechanical Services includes the following:
Commercial Gas and Oil Servicing;
Kitchen Equipment;
Kitchen Canopies;
Fan Assisted Heaters;
Air Handling Units and Air Conditioning Units;
Combined Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Fire Equipment Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Fire Equipment Maintenance including:
Fire Risk Assessments;
Supply and Maintenance of Fire Fighting Equipment;
Servicing of Gas Suppression Systems, Wet and Dry Risers and Sprinkler Systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — Pest Control Services and Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Pest Control Services and Products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 — Security Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Security Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 months.
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.2.1)Previous publication concerning this procedure
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
4 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://www.sell2wales.gov.wales/search/search_switch.aspx?ID=46696
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Training and Employment Opportunities, Maximise Supply Chain Opportunities for SMEs, Other Benefits (for example: Working with local schools and colleges to provide work experience opportunities and work placements; support for careers days, etc., Contributing to community regeneration schemes).
(WA Ref: 46696).
VI.4.1)Review body
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
United Kingdom
Telephone: +44 3007900170Internet address:http://npswales.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Facilities Management Tender North Yorkshire
Facilities Management Services Scotland