North Yorkshire County Council Hard Facilities Management Tender
The tender is divided into the following 12 lot activities each of which is further split into two geographical areas of east and west (based approximately down the A1 /A1(M) corridor) of the County of North Yorkshire creating a total of 24 lots: Lot 1E and 1W: Responsive Maintenance.
United Kingdom-Northallerton: Repair and maintenance services
2019/S 141-346371
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
North Yorkshire County Council, County Hall
Northallerton
DL7 8AD
United Kingdom
Contact person: Ms Patricia Murphy
E-mail: procurement@northyorks.gov.uk
NUTS code: UKE
Address of the buyer profile: http://www.northyorks.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Hard Facilities Management 2020-2024
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The framework includes the provision of cyclical inspection and servicing and responsive repairs, including emergency call outs for some lots. The tender is divided into the following 12 lot activities each of which is further split into two geographical areas of east and west (based approximately down the A1 /A1(M) corridor) of the County of North Yorkshire creating a total of 24 lots:
Lot 1E and 1W: Responsive Maintenance;
Lot 2E and 2W: Mechanical Equipment and Plant;
Lot 3E and 3W: Alarms (Fire and Intruder);
Lot 4E and 4W: Lifts;
Lot 5E and 5W: Automatic Doors;
Lot 6E and 6W: Fixed Electrical Inspection and Portable Appliance Testing;
Lot 7E and 7W: Chimneys, Lightning Conductors and other High Access Structures;
Lot 8E and 8W: Water Hygiene;
Lot 9E and 9W: Fire Equipment;
Lot 10E and 10W: PE and External Play Equipment;
Lot 11E and 11W: Asbestos Analysis;
Lot 12E and 12W: Asbestos Abatement.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1E and Lot 1W;
Lot 2E and Lot 2W;
Lot 3E and Lot 3W;
Lot 4E and Lot 4W;
Lot 5E and Lot 5W;
Lot 6E and Lot 6W;
Lot 7E and Lot 7W;
Lot 8E and Lot 8W;
Lot 9E and Lot 9W;
Lot 10E and Lot 10W;
Lot 11E and Lot 11W;
Lot 12E and Lot 12W.
A discount for multiple lot success will be applied as per the pricing schedule.
II.2.1)Title:
General Building: Responsive Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The works comprise the co-ordination, management, administration and completion of the responsive maintenance of sites within the County of North Yorkshire for the following types of works (but not limited to):
investigations, general building, drainage, brickwork, joinery, plumbing, mechanical, electrical, roofing, glazing, plastering, flooring, ceilings, painting, wall tiling, and fencing.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be for an initial period of 2 years with 2 options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
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 Building: Responsive Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The works comprise the co-ordination, management, administration and completion of the responsive maintenance of sites within the County of North Yorkshire for the following types of works (but not limited to):
Investigations, General Building, Drainage, Brickwork, Joinery, Plumbing, Mechanical, Electrical, Roofing, Glazing, Plastering, Flooring, Ceilings, Painting, Wall tiling &, Fencing
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical Equipment and Plant: Servicing and Responsive Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all mechanical auxiliary systems under this agreement meet health & safety requirements and are maintained appropriately.
The work includes all servicing, inspection and repairs to the following;
• All gas fired Appliances including water heaters, convector heaters, unit heaters, High level radiant heaters, gas ducted warm air units & gas fires. Gas detection systems including gas/ventilation interlink systems.
• Oil fired Boilers and Fuel Supply pipe lines, Oil tanks Fuel storage tanks & vessels.
• Coal and Biomass wood Boilers.
• Pressurisation units & expansion vessels.
• Air conditioning.
• Sewage plant pumps
• Thermostatic mixing valves.
• Ventilation AHU equipment.
• LTHW Heating distribution systems including all pipe work, insulation, heat emitters (radiators, fan convectors, radiant panels & underfloor heating).
• Fume and dust extraction units.
• Associated controls (e.g. valves, sensors, controllers & thermostats) including building energy management systems.
• Catering equipment
• Laundry equipment
• Solar PV and Thermal hot water.
• Unvented water heaters
• Standby Generator
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mechanical Equipment and Plant: Servicing and Responsive Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all mechanical auxiliary systems under this agreement meet health & safety requirements and are maintained appropriately.
The work includes all servicing, inspection and repairs to the following;
• All gas fired Appliances including water heaters, convector heaters, unit heaters, High level radiant heaters, gas ducted warm air units & gas fires. Gas detection systems including gas/ventilation interlink systems.
• Oil fired Boilers and Fuel Supply pipe lines, Oil tanks Fuel storage tanks & vessels.
• Coal and Biomass wood Boilers.
• Pressurisation units & expansion vessels.
• Air conditioning.
• Sewage plant pumps
• Thermostatic mixing valves.
• Ventilation AHU equipment.
• LTHW Heating distribution systems including all pipe work, insulation, heat emitters (radiators, fan convectors, radiant panels & underfloor heating).
• Fume and dust extraction units.
• Associated controls (e.g. valves, sensors, controllers & thermostats) including building energy management systems.
• Catering equipment
• Laundry equipment
• Solar PV and Thermal hot water.
• Unvented water heaters
• Standby Generator
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Alarms (Fire and Intruder): Servicing and Responsive Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Emergency Call Systems, Emergency Lighting Systems, Fire Alarm Systems, Fire Curtain Systems, Intruder Alarm Systems and Panic Alarm Systems under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Alarms (Fire and Intruder): Servicing and Responsive Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Emergency Call Systems, Emergency Lighting Systems, Fire Alarm Systems, Fire Curtain Systems, Intruder Alarm Systems and Panic Alarm Systems under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lifts: Servicing and Responsive Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Vertical Passenger Lifts, Goods Lifts, Stairlifts and Patient Handling Systems under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lifts: Servicing and Responsive Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Vertical Passenger Lifts, Goods Lifts, Stairlifts and Patient Handling Systems under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Automatic Doors: Inspection and Responsive Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide the following Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors, Access Barriers and Gates under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Automatic Doors: Inspection and Responsive Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide the following Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all Automatic Doors, Access Barriers and Gates under this agreement meet health & safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards and Approved Codes of Practice as set out in original equipment manufacturer’s instructions.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fixed Electrical Inspection and Testing and Portable Appliance Testing (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) Service Visits and Planned Repairs Works to ensure that all Fixed Electrical Installations, Portable Appliances and Stage Lighting Installations under this agreement meet all statutory safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards, Approved Codes of Practice and Manufactures specifications also in accordance with best practice as determined by a recognised trade body – for example, NICEIC, ECA or NAPIT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fixed Electrical Inspection and Testing and Portable Appliance Testing (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) Service Visits and Planned Repairs Works to ensure that all Fixed Electrical Installations, Portable Appliances and Stage Lighting Installations under this agreement meet all statutory safety requirements and are maintained appropriately. Work must be carried out in accordance with appropriate British Standards, Approved Codes of Practice and Manufactures specifications also in accordance with best practice as determined by a recognised trade body – for example, NICEIC, ECA or NAPIT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Chimneys, Lightning Conductors and other High Access Structures: Inspection and Maintenance (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all equipment under this agreement meets all statutory health & safety requirements and is maintained appropriately.
This work includes inspection, testing, maintenance and repair of the following;
• Lightning Protection Systems
• Communication Towers and Masts
• Free Standing Steel Chimneys
• Masonry Chimneys (Brick and Stone)
• Fixed Access Systems
• Fall Arrest Systems
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Chimneys, Lightning Conductors and other High Access Structures: Inspection and Maintenance (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM), Responsive Repairs and Planned Repairs to ensure that all equipment under this agreement meets all statutory health & safety requirements and is maintained appropriately.
This work includes inspection, testing, maintenance and repair of the following;
• Lightning Protection Systems
• Communication Towers and Masts
• Free Standing Steel Chimneys
• Masonry Chimneys (Brick and Stone)
• Fixed Access Systems
• Fall Arrest Systems
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Water Hygiene: Risk Assessment and Monitoring (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Water Hygiene service is to provide Planned Preventative Maintenance (PPM) and Planned Works to ensure that all Water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately.
The service comprises the co-ordination, management, administration and completion of the
• Analytical Services – Surveying, Sampling & Testing
• Hot & Cold Water Monitoring
• Independent Consultancy Services relating to water hygiene
• Surveying, sampling, testing and monitoring of water supplies including Private Water Supplies
• Site specific water hygiene risk assessments of water installations and systems – including creating an Action Plan for each establishment.
• Technical Advice in regards to water hygiene activities including the creation and review of written schemes of control
• Training activities relating to water hygiene
• Water Treatment Services including related specialised Plant & Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Water Hygiene: Risk Assessment and Monitoring (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Water Hygiene service is to provide Planned Preventative Maintenance (PPM) and Planned Works to ensure that all Water systems under this agreement meet health & safety requirements and are maintained and inspected appropriately.
The service comprises the co-ordination, management, administration and completion of the
• Analytical Services – Surveying, Sampling & Testing
• Hot & Cold Water Monitoring
• Independent Consultancy Services relating to water hygiene
• Surveying, sampling, testing and monitoring of water supplies including Private Water Supplies
• Site specific water hygiene risk assessments of water installations and systems – including creating an Action Plan for each establishment.
• Technical Advice in regards to water hygiene activities including the creation and review of written schemes of control
• Training activities relating to water hygiene
• Water Treatment Services including related specialised Plant & Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Equipment: Inspection and Supply (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) Service Visits and Responsive Repair Works to ensure that all Fire equipment systems under this agreement meets health & safety requirements and are maintained in accordance with current British Standards, Approved Codes of Practice and Manufacture Specifications.
The work includes all servicing, inspection and repairs to the following:
• All Fire Extinguishing Equipment
• Sprinkler systems
• Wet Risers
• Dry risers
• Fire hose reals
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Equipment: Inspection and Supply (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) Service Visits and Responsive Repair Works to ensure that all Fire equipment systems under this agreement meets health & safety requirements and are maintained in accordance with current British Standards, Approved Codes of Practice and Manufacture Specifications.
The work includes all servicing, inspection and repairs to the following:
• All Fire Extinguishing Equipment
• Sprinkler systems
• Wet Risers
• Dry risers
• Fire hose reals
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
PE and External Play Equipment: Inspection and Minor Repair (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) to ensure that all external and Internal Fitness, Gym, Play and Sports equipment meets health & safety requirements and are maintained appropriately.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
PE and External Play Equipment: Inspection and Minor Repair (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this service is to provide Planned Preventative Maintenance (PPM) to ensure that all external and Internal Fitness, Gym, Play and Sports equipment meets health & safety requirements and are maintained appropriately.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Analysis (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Asbestos Analyst service is to provide Responsive Works and Planned Works to ensure that all sites under this agreement meet health & safety requirements and are maintained appropriately.
The Contractor is to provide the following services:
• Management Surveys;
• Asbestos Report Format
• Refurbishment and Demolition Surveys;
• Production of removal or treatment specifications;
• Checking of contractor risk assessments and method statements prior to works;
• Compliance and air monitoring of contractor work;
• Clearance procedures and certificates of re-occupation;
• Comply with requirements of NYCC Asbestos code of practice and Asbestos Management Arrangements.
• Input and maintain asbestos information held on North Yorkshire County Council’s Assets Management System
• General/specialist advice and training to the Customer in matters relating to asbestos as required
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Analysis (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Asbestos Analyst service is to provide Responsive Works and Planned Works to ensure that all sites under this agreement meet health & safety requirements and are maintained appropriately.
The Contractor is to provide the following services:
• Management Surveys;
• Asbestos Report Format
• Refurbishment and Demolition Surveys;
• Production of removal or treatment specifications;
• Checking of contractor risk assessments and method statements prior to works;
• Compliance and air monitoring of contractor work;
• Clearance procedures and certificates of re-occupation;
• Comply with requirements of NYCC Asbestos code of practice and Asbestos Management Arrangements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Abatement (East)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Asbestos Abatement service is to provide Responsive Repairs and Planned Repairs to ensure that all sites under this agreement meet health & safety requirements and are maintained appropriately.
The Contractor shall hold an unrestricted licence, as issued by HSE and shall be a member of the Asbestos Removal Contractors Association (ARCA) or other approved body.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Abatement (West)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The overall objective of this Asbestos Abatement service is to provide Responsive Repairs and Planned Repairs to ensure that all sites under this agreement meet health & safety requirements and are maintained appropriately.
The Contractor shall hold an unrestricted licence, as issued by HSE and shall be a member of the Asbestos Removal Contractors Association (ARCA) or other approved body.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework will be for an initial period of 2 years with two options to extend for a 1 year period each giving a total possible maximum duration of 4 years (i.e. 2+1+1).
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.2.4)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
Procurement and contract management, North Yorkshire County Council, County Hall, Northallerton, DL7 8AD.
An independent member of the procurement and contract management section will verify the tenders through our e-tendering system (YORtender).
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
To access documents register on https://www.yortender.co.uk/ creating a user name, password, Company profile. Click the register tab to express interest and download documentation.
If you require further information, guidance or support using YORtender (ProContract) please visit the supplier help centre: https://supplierhelp.due-north.com/.
OJEU Framework Permissible Users
Local authority Councils: county, unitary, district, borough, and metropolitan Councils (parish and community Councils are also permissible users).
— England Scotland and Wales Local Councils http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
— Northern Ireland Local Councils http://www.nidirect.gov.uk/local-councils-in-northern-ireland
Educational establishments: nursery school, primary school, middle or high School, secondary school, academy, special school, pupil referral unit, further education college, university.
— Schools in England https://www.gov.uk/government/publications/schools-in-england
— Schools in Wales http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en
— Educational Establishments in England and Wales http://www.education.gov.uk/edubase/search.xhtml?clear=true
— Schools in Scotland https://education.gov.scot/parentzone
— Educational Establishments in Scotland http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments
— Schools and Educational Establishments in Northern Ireland https://www.education-ni.gov.uk/services/schools-plus
— England Scotland and Wales Higher Education https://www.gov.uk/check-a-university-is-officially-recognised/overview
— Northern Ireland Higher Education https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
— Education Trusts http://www.education.gov.uk/edubase/groups/search.xhtml?page=1
Police, fire and rescue, maritime and coastguard agency emergency services:
— UK Police Forces https://www.police.uk/forces/
— England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html
— Scotland Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx
— Wales Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en
— Northern Ireland Fire and Rescue Services https://www.nifrs.org/areas-districts/
— UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
NHS bodies, the HSC (Northern Ireland) and ambulance services:
— England NHS http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
— Scotland NHS http://www.scot.nhs.uk/organisations/
— Wales NHS http://www.wales.nhs.uk/nhswalesaboutus/structure
— Northern Ireland HSC http://online.hscni.net/hospitals/health-and-social-care-trusts/
— England Ambulance Service http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
— Scotland Ambulance Service http://www.scottishambulance.com/footer/contactus.aspx
— Wales Ambulance Service http://www.was-tr.wales.nhs.uk/Default.aspx?pageId=62&lan=en
— Northern Ireland Ambulance Service http://www.nias.hscni.net/contact-us-2/contact-details/
Central government departments and their agencies:
— England / UK Central Government https://www.gov.uk/government/organisations
— Scotland Government https://beta.gov.scot/about/how-government-is-run/directorates/
— Wales Government http://gov.wales/about/?lang=en
— Northern Ireland Government https://www.northernireland.gov.uk/topics/your-executive/government-departments
Registered charities:
— England and Wales Registered Charities http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx
— Scotland Registered Charities http://www.oscr.org.uk/charities
— Northern Ireland Registered Charities http://www.charitycommissionni.org.uk/charity-search/
NYCC Teckal companies.
VI.4.1)Review body
Strand, City of Westminster
London
United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
North Yorkshire County Council shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.
The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.
Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).
Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.
VI.4.4)Service from which information about the review procedure may be obtained
Strand, City of Westminster
London
United Kingdom
VI.5)Date of dispatch of this notice: