Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Estates Maintenance and Engineering Services (Hard Facilities Management)
Reference number: CPC 03182
II.1.2)Main CPV code79993100 Facilities management services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this procurement is to establish a framework for the provision of Engineering (hard fm) Services. The framework will provide a 1-stop shop for organisations to fulfil their Engineering (hard fm) Services requirements, with suppliers selected for their experience and ability to provide customers with a comprehensive range of services and works that combine quality, value and compliance. The framework will include the services listed in the table under individual lots. Lot 15 is a managed service, which includes items under Lots 1 to 14 and may include additional similar services which will be specified as part of the call-off.
II.1.5)Estimated total valueValue excluding VAT: 430 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Air Conditioning, Air Handling Units and Refrigeration.
Lot No: 1
II.2.2)Additional CPV code(s)45331230 Installation work of cooling equipment
45331231 Installation work of refrigeration equipment
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 1: air-conditioning, air handling units and refrigeration. The below-listed authorities (plus those entities listed at Section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust), Bradford Teaching Hospitals NHS Foundation Trust, Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust), Derbyshire Community Health Services NHS Foundation Trust, Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust), Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust), Humber Teaching NHS Foundation Trust, Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust, Leeds and York Partnership NHS Foundation Trust, Leeds Community Healthcare NHS Trust, Leeds Teaching Hospitals NHS Trust, Leicestershire Partnership NHS Trust, Lincolnshire Community Health Services NHS Trust, Lincolnshire Partnership NHS Foundation Trust, Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust, Northern Lincolnshire and Goole NHS Foundation Trust, Sheffield Children's NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust, Sheffield Teaching Hospitals NHS Foundation Trust, Sherwood Forest Hospitals NHS Foundation Trust, Stockport NHS Foundation Trust, Synchronicity Care Ltd (County Durham And Darlington NHS Foundation Trust), The Newcastle upon Tyne Hospitals NHS Foundation Trust, The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust, The Rotherham NHS Foundation Trust, United Lincolnshire Hospitals NHS Trust, University Hospitals Birmingham NHS Foundation Trust, University Hospitals of Derby and Burton NHS Foundation Trust, University Hospitals of Leicester NHS Trust, York Teaching Hospital NHS Foundation Trust, Yorkshire Ambulance Service NHS Trust, NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations sustainability and transformation partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the white paper, equity and excellence: liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:
(a) who are a party to any of the following contracts:
— General Medical Services (GMS),
— Personal Medical Services (PMS),
— Alternative Provider Medical Services (APMS). And/or
(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, hospital services and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3) Additional Information.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)90650000 Asbestos removal services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 2 - Asbestos Removal The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options. Continued at Section VI.3 Additional Information.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Automatic Doors, Barriers and Roller Shutters
Lot No: 3
II.2.2)Additional CPV code(s)44115310 Roller-type shutters
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 3 - Automatic Doors, Barriers and Roller Shutters The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)45310000 Electrical installation work
45311100 Electrical wiring work
45317000 Other electrical installation work
45311200 Electrical fitting work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 4 - Electrical Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 40 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Fire Alarm, Emergency Lighting and Fire Fighting Equipment
Lot No: 5
II.2.2)Additional CPV code(s)31625000 Burglar and fire alarms
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 5 - Fire Alarm, Emergency Lighting and Fire Fighting Equipment The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)44221220 Fire doors
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 6 - Fire Doors The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Fire Risk Assessments and Associated Works
Lot No: 7
II.2.2)Additional CPV code(s)71313410 Risk or hazard assessment for construction
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 7 - Fire Risk Assessments and Associated Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Heating and Plumbing Systems
Lot No: 8
II.2.2)Additional CPV code(s)45232141 Heating works
45332200 Water plumbing work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 8 - Heating and Plumbing Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 50 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Lifts, Hoists and Escalators
Lot No: 9
II.2.2)Additional CPV code(s)42416300 Hoists
42416400 Escalators
42416100 Lifts
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 9 - Lifts, Hoists and Escalators The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 40 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Lightning and Fall Protection Systems
Lot No: 10
II.2.2)Additional CPV code(s)45312310 Lightning-protection works
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 10 - Lightning and Fall Protection Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)76000000 Services related to the oil and gas industry
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 11 - Medical Gas Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 12 - Security Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)31682510 Emergency power systems
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 13 - Standby Power Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 9 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Water System Maintenance and Risk Management
Lot No: 14
II.2.2)Additional CPV code(s)45332200 Water plumbing work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 14 - Water System Maintenance and Risk Management The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 5 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)71300000 Engineering services
79993100 Facilities management services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 15 - Managed Services The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 200 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information