CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

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

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking