By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SP540 - statutory planned and reactive maintenance service.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

County Durham Procurement Consortium
C/O County Durham Procurement Consortium, University Hospital of North Durham, North Road Durham
For the attention of: Amanda Reed
DH1 5TW Durham
UNITED KINGDOM
Telephone: +44 1913332518

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) 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)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
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:
SP540 - statutory planned and reactive maintenance service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Trust requires a statutory, planned and reactive maintenance service at a 51 bed mental health facility which is an extension to Roseberry Park Hospital, Marton Road, Middlesbrough, TS4 3AF.
Roseberry Park Hospital is a 312 bed mental health facility opened in 2010. The hospital was constructed and is operated under the private finance initiative.
The 51 bed extension was completed in August 2012 and was commissioned separately by the contracting authority under a P21 Contract.
The extension is connected to the PFI provided part of the Hospital through integrated utility connections.

The contract will be for 27 years but will be subject to break clauses. The intended start date is April 2013. Please express your interest by clicking on the following link http://events.transaxions.com/service.aspx?event=6389.

Expressions of interest close 8th November 2012.
II.1.6)Common procurement vocabulary (CPV)

50700000, 50800000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This 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:
II.2.2)Information about options
II.2.3)Information about renewals
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:
The Contracting Authority reserves the right to require deposits, guarantees, bonds, insurance cover and/or other forms of security cover it deems appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided to those who express interest in this opportunity and/or are invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groupings of bidders may be required to form a separate limited company and/or that one takes full responsibility and/or that each takes joint and several liability.
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: Please see pre-qualification questionnaire and for those shortlisted, the invitation to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see pre-qualification questionnaire and for those shortlisted, the invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see pre-qualification questionnaire and for those shortlisted, the invitation to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
8.11.2012 - 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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
Break closes are currently anticipated to be at 5 or 7 year intervals. Further detailed information will be provided to bidders during the tender process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.10.2012

Other interesting websites