loading
  • GB-NG18 4RG Mansfield
  • 21.07.2017
  • Ausschreibung
  • (ID 2-269108)

Provision of Hard FM Buildings Grounds and Maintenance Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.07.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 8
    Gebäudetyp Gesundheitswesen
    Art der Leistung Kontrolle, Monitoring / Technische Ausrüstung / Bauleistung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    Provision of building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works.
    Leistungsumfang
    The appointed Supplier will be required to provide building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works at properties across the contracting authorities estate.
    Estimated Cost Forensic Division
    Division combined Planned Preventative Maintenance (PPM) and Reactive Maintenance = 3 700 000 GBP per annum, equating to a total contract value of 18 500 000 GBP over the initial 5 year term.
    Should the scope of the agreement be extended to cover all of the Authorities Estate within the duration of the contract term (the earliest the scope would be extended would be 2 years into the contract duration) this would equate to an additional 2 000 000 GBP combined PPM and Reactive Maintenance per annum.
    The Contract value for the initial term is therefore:
    Minimum contract value = 18 500 000 GBP (5 x 3 700 000 GBP).
    Maximum Contract Value = 24 500 000 GBP ((5 x 3 700 000 GBP) + (3 x 2 000 000 GBP)).
    Adresse des Bauherren UK-NG18 4RG Mansfield
    TED Dokumenten-Nr. 237127-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Mansfield: Repair and maintenance services of building installations

      2017/S 118-237127

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Nottinghamshire Healthcare NHS Foundation Trust
      N/A
      200 Lichfield Lane, Nottinghamshire
      Mansfield
      NG18 4RG
      United Kingdom
      Contact person: John Williams
      Telephone: +44 1159691300
      E-mail: MTNnbGVrK3RmaWlmXmpwPWtscXFwZWAra2VwK3Jo
      NUTS code: UKF

      Internet address(es):

      Main address: http://www.nottinghamshirehealthcare.nhs.uk/

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/6302

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20451&B=NOTTSHC
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20451&B=NOTTSHC
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Health

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Provision of Hard FM Buildings Grounds and Maintenance Services.

       

      Reference number: EUS 28022
      II.1.2)Main CPV code
      50700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Provision of building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works.

       

      II.1.5)Estimated total value
      Value excluding VAT: 24 500 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      31127000
      31200000
      35120000
      65120000
      71314200
      71315400
      77300000
      77314000
      90481000
      II.2.3)Place of performance
      NUTS code: UKF
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The appointed Supplier will be required to provide building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works at properties across the contracting authorities estate.

      Estimated Cost Forensic Division

      Division combined Planned Preventative Maintenance (PPM) and Reactive Maintenance = 3 700 000 GBP per annum, equating to a total contract value of 18 500 000 GBP over the initial 5 year term.

      Should the scope of the agreement be extended to cover all of the Authorities Estate within the duration of the contract term (the earliest the scope would be extended would be 2 years into the contract duration) this would equate to an additional 2 000 000 GBP combined PPM and Reactive Maintenance per annum.

      The Contract value for the initial term is therefore:

      Minimum contract value = 18 500 000 GBP (5 x 3 700 000 GBP).

      Maximum Contract Value = 24 500 000 GBP ((5 x 3 700 000 GBP) + (3 x 2 000 000 GBP)).

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 24 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      Option to extend agreement by 5 x 12 month periods.

      Total Contract duration will not exceed 120 months.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 8
      Objective criteria for choosing the limited number of candidates:

       

      Criteria as defined in Part 3 of Supplier Selection Questionnaire.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Option to extend agreement by 5 x 12 month periods.

      Total Contract duration will not exceed 120 months.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      As stated in the tender documentation.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As stated in the tender documentation.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 073-139374
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 21/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 18/08/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Contract period as set out in Section II.2.4) of this notice.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Nottinghamshire Healthcare NHS Foundation Trust
      Porchester Road
      Nottingham
      NG3 6AA
      United Kingdom

      Internet address:https://uk.eu-supply.com/login.asp?B=NOTTSHC

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      To be submitted via the e-tendering portal.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      19/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 22.06.2017
Zuletzt aktualisiert 22.06.2017
Wettbewerbs-ID 2-269108 Status Kostenpflichtig
Seitenaufrufe 41