Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Facilities Management Framework – Corporate Estate

  • First published: 12 March 2024
  • Last modified: 12 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044770
Published by:
Hull City Council
Authority ID:
AA20538
Publication date:
12 March 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority requires Contractors to deliver statutory inspections services, planned maintenance & reactive repair works (in normal working hours & out of hours for Lots 1, 2, 3, 4, 5, 7 & 8) across a broad range of assets within the corporate estate. The Client seeks to ensure continuous improvement & best practice in the areas of construction through the implementation of the Construction Playbook & application of various technologies such as Building Information Model. The contractors appointed to the panel will therefore be expected to assist the Client with those aims. To provide an efficient and cost-effective planned and reactive maintenance programme, across the corporate estate, which will ensure that the Authority’s clients and end users receive a high-quality sustainable service over a prolonged period whilst assisting the Authority to meet its statutory obligations.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Hull City Council

168524345

The Guildhall, Alfred Gelder Street

Hull

HU1 2AA

UK

Contact person: Lee Marshall

Telephone: +44 1482613073

E-mail: lee.marshall@hullcc.gov.uk

NUTS: UKE11

Internet address(es)

Main address: https://www.hull.gov.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104102

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79147&B=UK


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79147&B=UK


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Facilities Management Framework – Corporate Estate

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority requires Contractors to deliver statutory inspections services, planned maintenance & reactive repair works (in normal working hours & out of hours for Lots 1, 2, 3, 4, 5, 7 & 8) across a broad range of assets within the corporate estate. The Client seeks to ensure continuous improvement & best practice in the areas of construction through the implementation of the Construction Playbook & application of various technologies such as Building Information Model. The contractors appointed to the panel will therefore be expected to assist the Client with those aims. To provide an efficient and cost-effective planned and reactive maintenance programme, across the corporate estate, which will ensure that the Authority’s clients and end users receive a high-quality sustainable service over a prolonged period whilst assisting the Authority to meet its statutory obligations.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Fire Alarm Systems

II.2.2) Additional CPV code(s)

31625200

35121700

50000000

50610000

79711000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

The provision of Fire Alarm Services, which includes Fire Alarm System planned, statutory, and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service, and the service provider must inspect and maintain the systems to ensure that the Council remains fully compliant with statutory legislation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 – Passenger & Goods Lifts

II.2.2) Additional CPV code(s)

42416120

42416130

50000000

50750000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

The provision of Passenger & Goods Lifts Services, which includes Passenger & Goods Lifts planned, statutory, and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service, and the service provider must inspect and maintain the systems to ensure that the Council remains fully compliant with statutory legislation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 – Mechanical, Heating, Gas & Plumbing Services

II.2.2) Additional CPV code(s)

45259300

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

The provision of Mechanical Services, which includes Mechanical, Heating, Gas & Plumbing planned, statutory, & reactive maintenance & repairs across the Council's corporate estate including dry risers & solar hot water systems. The Specification details the minimum required standards for the service, & the service provider must inspect & maintain the systems to ensure that the Council remains fully compliant with statutory legislation. The Lot will have a Primary Contractor and one Secondary.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 – Roller Shutters, Powered Closers & Automatic Doors

II.2.2) Additional CPV code(s)

44115310

44221400

50000000

50610000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

Roller Shutters, Powered Closers and Automatic Doors planned, statutory, and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service, and the service provider must inspect and maintain the systems to ensure that the Council remains fully compliant with statutory legislation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Lot 5 – Air Conditioning, Chillers and Refrigerant Gases

II.2.2) Additional CPV code(s)

50000000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

Air Conditioning, Chillers & Refrigerant Gases planned, statutory, and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service, and the service provider must inspect and maintain the systems to ensure that the Council remains fully compliant with statutory legislation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Lot 6 – Electrical Services

II.2.2) Additional CPV code(s)

50000000

45310000

50711000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

Provide Electrical Services for reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service. This Lot will have a Primary & a Secondary Contractor and will be used for reactive repairs which cannot be provided by Kingstown Works Limited & may include testing of new buildings brought into the Corporate Estate

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Lot 7 – CCTV Systems

II.2.2) Additional CPV code(s)

50000000

50610000

92222000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

CCTV Systems planned inspections and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Lot 8 – Intruder Alarm Systems

II.2.2) Additional CPV code(s)

35121700

50000000

50610000

79711000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

Intruder & Hold Up Alarms planned inspections and reactive maintenance and repairs across the Council's corporate estate. The Specification details the minimum required standards for the service.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Lot 9 – Roofing Maintenance

II.2.2) Additional CPV code(s)

44112400

45260000

45261900

45261910

45261920

50000000

II.2.3) Place of performance

NUTS code:

UKE11

II.2.4) Description of the procurement

Provide reactive maintenance and repairs to roofs across the Council's corporate estate. The Specification details the minimum required standards for the service. This Lot will have a Primary & two Secondary Contractors. The Contractors will be responsible for all safe means of access to the works for each Task Order.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 12

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/04/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 12/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Hull City Council

Alfred Gelder Street

Hull

HU1 2AA

UK

Telephone: +44 1482300300

E-mail: ian.anderson@hullcc.gov.uk

VI.5) Date of dispatch of this notice

11/03/2024

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
79993000 Building and facilities management services Miscellaneous business-related services
92222000 Closed circuit television services Television services
45310000 Electrical installation work Building installation work
31625200 Fire-alarm systems Burglar and fire alarms
42416120 Goods lifts Lifts, skip hoists, hoists, escalators and moving walkways
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416130 Mechanical lifts Lifts, skip hoists, hoists, escalators and moving walkways
50000000 Repair and maintenance services Other Services
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
44115310 Roller-type shutters Building fittings
44112400 Roof Miscellaneous building structures
45261920 Roof maintenance work Erection and related works of roof frames and coverings
45261910 Roof repair Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44221400 Shutters Windows, doors and related items

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lee.marshall@hullcc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.