Reactive Maintenance – General Building Services Leicester
Appointed contractors are to carry out all general building reactive maintenance as directed by the Council’s property help-desk in a timely manner in accordance with the service levels and response times.
United Kingdom-Leicester: Repair and maintenance services
2014/S 190-335514
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicestershire County Council
Commercial and Procurement Services, County Hall, Leicester Road Glenfield
For the attention of: Mrs Julia Hoskins
LE3 8RA Leicester
UNITED KINGDOM
Telephone: +44 1163055571
E-mail: julia.hoskins@leics.gov.uk
Further information can be obtained from: www.eastmidstenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.eastmidstenders.org
Tenders or requests to participate must be sent to: www.eastmidstenders.org
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 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Leicestershire County Council owned and operated buildings as well as Academies and any other public bodies across the county of Leicestershire.
Buildings included within this contract comprise a range of building types including schools, academies, libraries, residential care homes, offices, registrars, museums, industrial units, caretaker’s houses, and many more.
NUTS code UKF2
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 600 000 and 2 100 000 GBP
II.1.5)Short description of the contract or purchase(s)
Buildings included within this contract comprise a range of building types including schools, academies, libraries, residential care homes, offices, registrars, museums, industrial units, caretaker’s houses, and other building types can be included.
Successful Contractors will be expected to work for the duration of the framework agreement under a contractual arrangement defined by the JCT Contract family.
II.1.6)Common procurement vocabulary (CPV)
50000000, 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:
Attendance on site in response to an instruction from the Council’s Property Services Help-desk will be as follows:
Priority 1 — Emergency Response
— During normal working hours — attendance within 1 hour
— Outside normal working hours — attendance within 2 hours
Priority 2 — Non-Emergency
— Attendance within 24 hours.
EN Standard form 02 — Contract notice 5/16
Priority 3 — Normal Maintenance
— Attendance within 5 working days.
II.2.2)Information about options
Description of these options: The framework agreement will last for an initial period of 3 years, with an option to extend for a period of up to 12 months.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated within the Invitation to Tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Minimum level(s) of standards possibly required
III.3.2)Staff responsible for the execution of the service
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: As stated in the pre-Qualification Questionnaire.
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.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This process is being managed electronically. To obtain documents please go to https://www.eastmidstenders.org which links through to the Council’s e-tendering system. You will then be able to register your details and access the documents. This is done by:
— Registering with EastMidsTenders (if not already registered);
OR If already registered:
— Click on ‘view opportunities’
— Find the tender that you are interested in;
— Click on the title hyper-link;
— Scroll to the bottom of the screen and click on ‘login and register interest’
— Once you have registered your interest the tender will be moved to, and can be found on, the ‘My Opportunities’ page on the EastMidsTenders page once you are logged in.
You will be able to view and download the documents for completion, along with instructions on how to make a submission.
VI.4.1)Body responsible for appeal procedures
High Court, Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: