Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 009-014162/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Sheffield City Council
Level 2, North Wing, Moorfoot
Sheffield
Postal code: S1 4PL
United Kingdom
For the attention of: Mr Imran Ahmed
Phone: +44 1142930061
Email: Imran.Ahmed@sheffield.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile: www.yortender.co.uk
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: www.yortender.co.uk
Further information can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
Sheffield
Postal code: S1 4PL
United Kingdom
For the attention of: Mr Imran Ahmed
Phone: +44 1142930061
Email: Imran.Ahmed@sheffield.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
Sheffield
Postal code: S1 4PL
United Kingdom
For the attention of: Mr Imran Ahmed
Phone: +44 1142930061
Email: Imran.Ahmed@sheffield.gov.uk
Tenders or requests to participate must be sent to: Sheffield City Council
Level 2, North Wing, Moorfoot
Sheffield
Postal code: S1 4PL
United Kingdom
For the attention of: Mr Imran Ahmed
Phone: +44 1142930061
Email: Imran.Ahmed@sheffield.gov.uk
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Fire Risk Assessments and Fire Fighting Equipment Servicing Framework.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Nuts code: UKE32
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with a single operator
Duration of the framework agreement in years: 1
Justification for a framework agreement, the duration of which exceeds four years: With the possibility of +1 +1.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 129 000 GBP
II.1.5) Short description of the specific contract:
Sheffield City Council (SCC) is seeking to establish a Framework for a service provider to carry out Fire Risk Assessments and Fire Fighting Equipment Servicing/inspection as required within SCC Estate.
2.0
Framework Term
The Framework will commence on 1.4.2017 and will be in place until 31.3.2018 with a possibility of a further 2 years extension (+1, +1).
II.1.6) Common procurement vocabulary (CPV): 50000000, 45000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Sheffield City Council (SCC) is seeking to establish a Framework for a service provider to carry out Fire Risk Assessments and Fire Fighting Equipment Servicing/inspection as required within SCC Estate.
2.0
Framework Term
The Framework will commence on 1.4.2017 and will be in place until 31.3.2018 with a possibility of a further 2 years extension (+1, +1).
Estimated value excluding VAT:
Range: between 0 and 129 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
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:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
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
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
IV.3.2) Previous publication(s) concerning the same contract:
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:10.02.2017 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
10.02.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Sheffield City Council
Moorfoot Building, Floor 2 NW
Sheffield
Postal code: S1 4PL
United Kingdom
VI.5) Date of dispatch of this notice:
10.01.2017