Property Management Services at the Royal Hospital Chelsea, London
Provision of property management services at the Royal Hospital Chelsea (RHC) for the period 1.4.2018 to 31.3.2023, with options to extend to 31.3.2025.
United Kingdom-London: Repair and maintenance services of building installations
2017/S 127-259794
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Hospital Chelsea
Qm Department, Royal Hospital Chelsea, Royal Hospital Road
Contact point(s): Head of Procurement
For the attention of: MR IAN BALL
SW3 4SR London
United Kingdom
Telephone: +44 02078815427
E-mail: ianball@chelsea-pensioners.org.uk
Internet address(es):
General address of the contracting authority: http://www.chelsea-pensioners.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Royal Hospital Chelsea
London
SW3 4SR.
NUTS code UKI3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
50700000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The full service required will be detailed in the tender documentation.
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for 5 years but with a further 2 x 1 year option periods.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Companies expressing an interest will be requested to complete a Standard Selection Questionnaire (Pre-Qualification Questionnaire) from which a maximum of 6 companies will be invited to tender.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.5)Date of dispatch of this notice:
Related Posts
City of London Corporation Minor Works Term Contract
Standing List of Approved Contractors – Devon County Council
Health and Safety Consultancy Framework
Design and Construction Contract – Newquay Aerohub Plot 2
Cleveland Police Multi Trade Contractor Framework