II.1)
Scope of the procurement
Facilities Management Framework – Corporate Estate
79993000
-
Building and facilities management services
Services
II.1.4)
Short description
The Authority has appointed:
Pickerings Europe Limited as Primary Contractor for Lot 2
F.R.Scott Ltd as Primary Contractor for Lot 3
Airco Refrigeration and Airconditioning Limited as Secondary Contractor for Lot 3 and Primary Contractor for Lot 5
O&E Services Limited as Primary Contractor for Lot 6
S.R. Black Plumbing and Heating Ltd as Secondary Contractor for Lot 6
Door Repair & Service Yorkshire Limited as Primary Contractor for Lot 4
SPS Security Limited (bid as Independent Cleaning Services) as Primary Contractor for Lot 1 and Primary Contractor for Lot 8
Shield Security Services (Yorkshire) Limited as Primary Contractor for Lot 7
Premier Roofing & Services Limited as Primary Contractor for Lot 9
Fosters Roofing Limited as Secondary Contractor for Lot 9
to deliver statutory inspections services, remedials and reactive maintenance as described in the Tender Documentation within the 4-year Corporate Property framework contract.
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Lowest offer:
1.00
GBP
/
Highest offer:
9605481.19
GBP
taken into consideration
(excluding VAT)
Lot 1 – Fire Alarm Systems
Lot No:
1
II.2.2)
Additional CPV code(s)
31625200
-
Fire-alarm systems
35121700
-
Alarm systems
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
79711000
-
Alarm-monitoring services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed SPS Security Ltd as Primary Supplier for Lot 1 for provision of Fire Alarm Services, which includes Fire Alarm System planned, statutory, and reactive maintenance and repairs across the Council's corporate estate.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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 2 – Passenger & Goods Lifts
Lot No:
2
II.2.2)
Additional CPV code(s)
42416120
-
Goods lifts
42416130
-
Mechanical lifts
50000000
-
Repair and maintenance services
50750000
-
Lift-maintenance services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed Pickerings Europe Limited (Trading as Pickering Lifts) as Primary Supplier for Lot 2 for provision of Passenger & Goods Lifts Services, which includes Passenger & Goods Lifts planned, statutory, and reactive maintenance and repairs across the Council's corporate estate.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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 3 – Mechanical, Heating, Gas & Plumbing Services
Lot No:
3
II.2.2)
Additional CPV code(s)
45259300
-
Heating-plant repair and maintenance work
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed F.R. Scott Limited as Primary Supplier and Airco Refrigeration and Airconditioning Limited as Secondary Supplier for provision of Mechanical Services, which include Mechanical, Heating, Gas & Plumbing planned, statutory, & reactive maintenance & repairs across the Council's corporate estate including dry risers & solar hot water systems.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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.2.14)
Additional information
The contract value for Lot 3 is not guaranteed to either of suppliers as it may range from £0 up to £2000000 throughout duration of the contract as Lot 3 has 2 suppliers (Primary and Secondary), and at this time it is impossible to foresee the split between them.
Lot 4 – Roller Shutters, Powered Closers & Automatic Doors
Lot No:
4
II.2.2)
Additional CPV code(s)
44115310
-
Roller-type shutters
44221400
-
Shutters
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed Door Repair Service Yorkshire Limited as Primary Supplier for Roller Shutters, Powered Closers and Automatic Doors planned, statutory, and reactive maintenance and repairs across the Council's corporate estate. Due to the fact that Lot 8 and Lot 4 were awarded later, the start date for Lot 4 is 30th September 2024, end date - 30th September 2028.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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 5 – Air Conditioning, Chillers and Refrigerant Gases
Lot No:
5
II.2.2)
Additional CPV code(s)
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed Airco Refrigeration and Airconditioning Limited for Air Conditioning, Chillers & Refrigerant Gases planned, statutory, and reactive maintenance and repairs across the Council's corporate estate.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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 6 – Electrical Services
Lot No:
6
II.2.2)
Additional CPV code(s)
50000000
-
Repair and maintenance services
45310000
-
Electrical installation work
50711000
-
Repair and maintenance services of electrical building installations
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed O & E Services Limited as Primary supplier and S.R. Black Plumbing & Heating Limited as Secondary Supplier to provide Electrical Services for reactive maintenance and repairs across the Council's corporate estate. This Lot has a Primary and a Secondary suppliers and it will be used for reactive repairs which cannot be provided by Kingstown Works Limited and may include testing of new buildings brought into the Corporate Estate.
Criteria below
Quality criterion
-
Name:
Qualilty
/
Weighting:
40%
Price
-
Weighting:
60%
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.2.14)
Additional information
The contract value for Lot 6 is not guaranteed to either of suppliers as it may range from £0 up to £1040000 throughout duration of the contract as Lot 6 has 2 suppliers (Primary and Secondary), and at this time it is impossible to foresee the split between them.
Lot 7 – CCTV Systems
Lot No:
7
II.2.2)
Additional CPV code(s)
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
92222000
-
Closed circuit television services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed Shield Security Services (Yorkshire) Limited as Primary Supplier for CCTV Systems planned inspections and reactive maintenance and repairs across the Council's corporate estate.
Criteria below
Quality criterion
-
Name:
Qualilty
/
Weighting:
40%
Price
-
Weighting:
60%
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 8 – Intruder Alarm Systems
Lot No:
8
II.2.2)
Additional CPV code(s)
35121700
-
Alarm systems
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
79711000
-
Alarm-monitoring services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed SPS Security Ltd as Primary Supplier for Intruder & Hold Up Alarms planned inspections and reactive maintenance and repairs across the Council's corporate estate. Due to the fact that Lot 8 and Lot 4 were awarded later, the start date for Lot 8 is 30th September 2024, end date - 30th September 2028.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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 9 – Roofing Maintenance
Lot No:
9
II.2.2)
Additional CPV code(s)
44112400
-
Roof
45260000
-
Roof works and other special trade construction works
45261900
-
Roof repair and maintenance work
45261910
-
Roof repair
45261920
-
Roof maintenance work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
NUTS code:
UKE11 -
Kingston upon Hull, City of
II.2.4)
Description of the procurement
Hull City Council has appointed Premier Roofing & Services Ltd as Primary Supplier and Fosters Roofing Limited as Secondary Supplier to provide reactive maintenance and repairs to roofs across the Council's corporate estate. This Lot has a Primary and a Secondary Supplier.
Criteria below
Quality criterion
-
Name:
Quality
/
Weighting:
40%
Price
-
Weighting:
60%
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.2.14)
Additional information
The contract value for Lot 9 is not guaranteed to either of suppliers as it may range from £0 up to £2200000 throughout duration of the contract as Lot 9 has 2 suppliers (Primary and Secondary), and at this time it is impossible to foresee the split between them.