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 036-066238/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2004/17/EC
Section I: Contracting authority/entity
I.1) Name addresses and contact point(s):
Yorkshire Water Services Limited
Western House, Western Way, Halifax Road
Bradford
Postal code: BD6 2SZ
United Kingdom
For the attention of: Matthew Musgrave
Email: matthew.musgrave@yorkshirewater.co.uk
Internet Address(es):
General address of the contracting authority: www.yorkshirewater.com
Further information can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Main activity:
Water
OTHER construction
I.3) Contract award on behalf of other contracting authorities/entities:
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Yorkshire Water Facilities Building Maintenance.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 14: Building-cleaning services and property management services
Nuts code: UKE
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 several operators
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 4 000 000 and 7 000 000 GBP
II.1.5) Short description of the specific contract:
The management of Yorkshire Water’s building maintenance requirements for Facilities to be managed end to end by 2 management contractors, on an open book basis, who will compete for works. The management contractors will be responsible and wholly accountable for managing and maintaining a fully compliant sub contractor base to undertake the works.
II.1.6) Common procurement vocabulary (CPV): 45000000,45100000,45300000,45400000,44000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The scope for this tender is for Yorkshire Water to appoint two management contractors who will compete against each on a scheme by scheme basis for all Yorkshire Water’s (Facilities) building maintenance works, over a value of 1 000 GBP up to a value of 250 000 GBP per project.
The successful tenderers will be wholly responsible for managing and maintaining a complete sub contractor base which is compliant with Yorkshire Water’s corporate requirements. Nominated sub contractors may be required to use for certain packages where appropriate, however these will be communicated by Yorkshire Water.
Additional services required include, but are not limited to; design (where appropriate), tendering of works, project management, delivery and sign off of projects, reporting on a regular basis to the client, but also where appropriate the undertaking of Principal Designer duties.
Range: between 4 000 000 and 7 000 000 GBP
II.2.2) Information about options:
Options: no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 1
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:
Information and formalities necessary for evaluating if the requirements are met: 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.2) Award criteria
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
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:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
15.03.2017 – 11:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up:
IV.3.6) Minimum time frame during which the tenderer must maintain the tender:
IV.3.7) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: The opening procedure will be undertaken by Matthew Musgrave, the main contact for the tender process.The procedure will be that all tenders are to be submitted through a secure tendering site that ensures all submissions will be opened after the completion date and not before.
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:
Yorkshire Water
Western House, Halifax Road, Western Way
Bradford
Postal code: BD6 2SZ
United Kingdom
Email: matthew.musgrave@yorkshirewater.co.uk
Internet address: www.yorkshirewater.com
VI.5) Date of dispatch of this notice: 17.02.2017

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