The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1E
II.2.1) Title
General Building: Responsive Maintenance (East)
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 6 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1W
II.2.1) Title
General Building: Responsive Maintenance (West)
II.2.2) Additional CPV code(s)
79993100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 6 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2E
II.2.1) Title
Mechanical Equipment and Plant: Servicing and Responsive Maintenance (East)
II.2.2) Additional CPV code(s)
50712000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 5 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2W
II.2.1) Title
Mechanical Equipment and Plant: Servicing and Responsive Maintenance (West)
II.2.2) Additional CPV code(s)
50712000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 5 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3E
II.2.1) Title
Alarms (Fire and Intruder): Servicing and Responsive Maintenance (East)
II.2.2) Additional CPV code(s)
31625000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 1 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3W
II.2.1) Title
Alarms (Fire and Intruder): Servicing and Responsive Maintenance (West)
II.2.2) Additional CPV code(s)
31625000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 1 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4E
II.2.1) Title
Lifts: Servicing and Responsive Maintenance (East)
II.2.2) Additional CPV code(s)
42400000
50750000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4W
II.2.1) Title
Lifts: Servicing and Responsive Maintenance (West)
II.2.2) Additional CPV code(s)
42400000
50750000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5E
II.2.1) Title
Automatic Doors: Inspection and Responsive Maintenance (East)
II.2.2) Additional CPV code(s)
42961100
44221200
50711000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5W
II.2.1) Title
Automatic Doors: Inspection and Responsive Maintenance (West)
II.2.2) Additional CPV code(s)
42961100
44221200
50711000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6E
II.2.1) Title
Fixed Electrical Inspection and Testing and Portable Appliance Testing (East)
II.2.2) Additional CPV code(s)
45311100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6W
II.2.1) Title
Fixed Electrical Inspection and Testing and Portable Appliance Testing (West)
II.2.2) Additional CPV code(s)
45311100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7E
II.2.1) Title
Chimneys, Lightning Conductors and other High Access Structures: Inspection and Maintenance (East)
II.2.2) Additional CPV code(s)
45262000
45312310
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7W
II.2.1) Title
Chimneys, Lightning Conductors and other High Access Structures: Inspection and Maintenance (West)
II.2.2) Additional CPV code(s)
45262000
45312310
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8E
II.2.1) Title
Water Hygiene: Risk Assessment and Monitoring (East)
II.2.2) Additional CPV code(s)
45232430
71630000
90713100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 440 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8W
II.2.1) Title
Water Hygiene: Risk Assessment and Monitoring (West)
II.2.2) Additional CPV code(s)
45232430
71630000
90713100
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 440 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9E
II.2.1) Title
Fire Equipment: Inspection and Supply (East)
II.2.2) Additional CPV code(s)
35111000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9W
II.2.1) Title
Fire Equipment: Inspection and Supply (West)
II.2.2) Additional CPV code(s)
35111000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 10E
II.2.1) Title
PE and External Play Equipment: Inspection and Minor Repair (East)
II.2.2) Additional CPV code(s)
50870000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 160 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 10W
II.2.1) Title
PE and External Play Equipment: Inspection and Minor Repair (West)
II.2.2) Additional CPV code(s)
50870000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 160 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 11E
II.2.1) Title
Asbestos Analysis (East)
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 11W
II.2.1) Title
Asbestos Analysis (West)
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 12E
II.2.1) Title
Asbestos Abatement (East)
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 12W
II.2.1) Title
Asbestos Abatement (West)
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKE
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
Criteria below:
Quality criterion: Quality
/ Weighting: 35
Price
/ Weighting:
65
II.2.6) Estimated value
Value excluding VAT: 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
If you require further information, guidance or support using YORtender (ProContract) please visit the supplier help centre: https://supplierhelp.due-north.com/.
Local authority Councils: county, unitary, district, borough, and metropolitan Councils (parish and community Councils are also permissible users).
Educational establishments: nursery school, primary school, middle or high School, secondary school, academy, special school, pupil referral unit, further education college, university.
NYCC Teckal companies.