Contract notice

Information

Published

Expire date: 08/11/2021

External Reference: 2021-565745

FTS Reference: 2021-025269

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

North Yorkshire County Council
8867655
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
UK
Contact person: Patricia Murphy
NUTS code:  UKE2 -  North Yorkshire
Internet address(es):
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=39980&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

General Building: Responsive Maintenance Framework
Reference number:  46439
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

This framework comprise the co-ordination, management, administration and completion of the responsive maintenance of Properties within the County of North Yorkshire and surrounding Council Authority areas 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.1.5)

Estimated total value

Value excluding VAT: 17020000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
East and West
II.2)

Description

II.2.1)

Title

General Building: Responsive Maintenance Framework - East
Lot No:  1
II.2.2)

Additional CPV code(s)

79993100  -  Facilities management services
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
NUTS code:  UKE22 -  North Yorkshire CC
NUTS code:  UKE21 -  York
NUTS code:  UKE12 -  East Riding of Yorkshire
NUTS code:  UKE11 -  Kingston upon Hull, City of
NUTS code:  UKC12 -  South Teesside
NUTS code:  UKC11 -  Hartlepool and Stockton-on-Tees
II.2.4)

Description of the procurement

This lot comprise the co-ordination, management, administration and completion of the responsive maintenance of Properties within the following surrounding Council Authority Areas:
• North Yorkshire (East only – Defined in tender documents)
• Redcar & Cleveland
• Middlesborough
• Stockton-on Tees
• Hartlepool
• York
• East Riding of Yorkshire
• Doncaster
• Kingston upon Hull
All of the Authority’s corporate Properties are managed directly by the Authority and hence all works for these Properties are intended to be covered throughout the duration of the framework. Properties not maintained and/or owned by the Authority (i.e. schools, Pupil referral units, and other public authorities) have the option to sign up to or out of this framework as part of the Authority’s traded service.
It is the Authority’s ambition to further develop its traded service both within North Yorkshire and also throughout the surrounding district areas in order to generate funding to support the delivery of statutory services.
It is intended that trading outside of North Yorkshire will be developed on an incremental basis, initially targeting those areas that share a boundary with the County of North Yorkshire.
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: 8510000.00  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:  
Two year initial period, followed by two further 12 month periods.
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
II.2)

Description

II.2.1)

Title

General Building: Responsive Maintenance Framework – West
Lot No:  2
II.2.2)

Additional CPV code(s)

79993100  -  Facilities management services
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UKE45 -  Wakefield
NUTS code:  UKE44 -  Calderdale and Kirklees
NUTS code:  UKE42 -  Leeds
NUTS code:  UKE41 -  Bradford
NUTS code:  UKE22 -  North Yorkshire CC
NUTS code:  UKD46 -  East Lancashire
NUTS code:  UKD45 -  Mid Lancashire
NUTS code:  UKD44 -  Lancaster and Wyre
NUTS code:  UKD1 -  Cumbria
NUTS code:  UKC14 -  Durham CC
II.2.4)

Description of the procurement

This lot comprise the co-ordination, management, administration and completion of the responsive maintenance of Properties within the following surrounding Council Authority areas:
• North Yorkshire (West only – Appendix A shows the exact geographical split)
• County Durham
• Cumbria
• Lancaster
• Pendle
• Ribble Valley
• Bradford
• Leeds
• Wakefield
• Calderdale
All of the Authority’s corporate Properties are managed directly by the Authority and hence all works for these Properties are intended to be covered throughout the duration of the framework. Properties not maintained and/or owned by the Authority (i.e. schools, Pupil referral units, and other public authorities) have the option to sign up to or out of this framework as part of the Authority’s traded service.
It is the Authority’s ambition to further develop its traded service both within North Yorkshire and also throughout the surrounding district areas in order to generate funding to support the delivery of statutory services.
It is intended that trading outside of North Yorkshire will be developed on an incremental basis, initially targeting those areas that share a boundary with the County of North Yorkshire.
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: 8510000.00  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:  
Two year initial period, followed by two further 12 month periods.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  2
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/11/2021
Local time:  12:00
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  08/11/2021
Local time:  12:00
Information about authorised persons and opening procedure:  
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

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Accessing the documents:
To access the tender documents you must register your organisation details on the YORtender (ProContract) system at https://yortender.eu-supply.com/.
To view details of this opportunity, log into your account and click on “CTM Published Tenders” link. Select “Quote/tender ID” from the “Text filter” drop down menu, enter 46439 into the “with keyword” filter and click the green Search button. The opportunity should then appear in the list below.
Click the name of the opportunity which will give an overview of the opportunity and click “Accept” if you wish to accept the invitation to tender. This will then allow you to download any documentation required, complete and upload the documents to the system. This must be done in advance of the deadline date.
If you require further information, guidance or support using YORtender there is a User Guide (pdf) on the home page. If you are having any technical issues there is a link to create a ticket as well as an e-mail address and telephone number on the phone page under the “Do you need technical support?” section.
OJEU Framework Permissible Users:
The following is a list of eligible public sector bodies who can access this framework arrangement:
— Local authority councils: county, unitary, district, borough, metropolitan, parish and community councils (https://www.gov.uk/find-local-council)
— Educational establishments: nursery school, primary school, middle or high School, secondary school, academy, special school, pupil referral unit, further education college, university. (https://get-information-schools.service.gov.uk)
— Higher Education Establishments (https://www.gov.uk/check-university-award-degree)
— Education Trusts (https://get-information-schools.service.gov.uk)
— UK Police Forces (https://www.police.uk/forces/)
— UK Fire and Rescue Services (https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services)
— UK Maritime & Coastguard Agency (https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about)
— NHS Authorities and Trusts (http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx)
— Ambulance Service (http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx)
— England / UK Central Government (https://www.gov.uk/government/organisations)
— Registered Charities (https://register-of-charities.charitycommission.gov.uk/)
— any contracting authority created as a wholly owned subsidiary of the above (including of North Yorkshire County Council).
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000