Notice Information
Notice Title
S1155 (2020) Facilities Management Services
Notice Description
The contracting entity intends to establish a framework arrangement under which it shall appoint economic operators to enter into separate framework agreements for the provision of facilities management services, across a number of separate lots, as follows: Lot 1: Facilities Management Maintenance Services, Lot 2: Facilities Management Capital Expenditure Projects, Lot 3: Legionella and Water Treatment Services, and Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and Radio Telecommunications Sites). Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years. The contracting entity estimates that the total spend under the framework agreements is anticipated to be GBP 2 700 000.
Lot Information
Lot 1: Facilities Management Maintenance Services
This lot will include: Planned and reactive facilities management maintenance works and services in respect of all NIE Networks' office locations across Northern Ireland encompassing the following key activities: 1) minor building repairs and associated general maintenance works and services; 2) maintenance of roller shutter doors; 3) general joinery works; 4) general mechanical services and maintenance; 5) general electrical services and maintenance. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).
Options: Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
Lot 2: Facilities Management Capital Expenditure ProjectsThis lot will include: Planned facilities management works and services in respect of capital expenditure projects at NIE Networks' office locations across Northern Ireland encompassing the following key activities: 1) participation in mini-competitions in accordance with NIE Networks' facilities management capital project requirements; 2) management and delivery of projects inclusive of all electrical, mechanical, joinery and small scale general building works and associated services, in respect of: (a) office refurbishments inclusive of complete office relocations; (b) refurbishment of existing and/or installation of new kitchen facilities; (c) refurbishment of existing and/or installation of new toilets facilities; (d) installing of new furniture and/or removal of existing furniture. It is intended that the contracting entity will enter into framework agreements with three economic operators for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a mini-competition basis, as set out in the call-off procedure (in Appendix C of the tender documents). It is intended that the first, second and third ranked economic operators in respect of the competition for lot 1 will each be awarded framework agreements for lot 2.
Options: Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
Lot 3: Legionella and Water Treatment ServicesThis lot will include: Planned preventative maintenance in respect of legionella and water treatment services encompassing the following key activities: 1) hot water systems inclusive of: (a) monthly temperature checks, (b) temperature adjustments as required to be carried out at the time of testing, (c) annual water samples from calorifiers, (d) annual visual inspection of calorifiers; 2) cold water systems inclusive of: (a) monthly temperature checks at sentinel taps, (b) six monthly temperature checks on tanks, (c) annual inspection of tanks; 3) shower heads inclusive of: (a) dismantle, clean and disinfect shower heads quarterly; 4) provision of risk assessments inclusive of: (a) annual update of risk assessment per site, (b) initial risk assessment of new sites; 5) provision of a web-based management system to facilitate water treatment system management and the control of legionella with appropriate access provided to NIE networks of maintenance and testing records. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
Options: Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)This lot will include: Minor building repairs and general maintenance works and services in respect of NIE networks' electricity substations and radio telecommunication (RT) sites across Northern Ireland encompassing the following key activities: 1) minor building repairs and associated general works and services, 2) general joinery works, 3) general mechanical services and maintenance, 4) General electrical services and maintenance. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).
Options: Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c68c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016154-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
39370000 - Water installations
45210000 - Building construction work
45232430 - Water-treatment work
45421000 - Joinery work
45453100 - Refurbishment work
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
71000000 - Architectural, construction, engineering and inspection services
71314100 - Electrical services
71333000 - Mechanical engineering services
71334000 - Mechanical and electrical engineering services
79993000 - Building and facilities management services
79993100 - Facilities management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Jul 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 19 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTHERN IRELAND ELECTRICITY NETWORKS
- Contact Name
- Not specified
- Contact Email
- ruadhrai.okane@nienetworks.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST,
- Postcode
- BT9 5HT
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Electoral Ward
- Westminster Constituency
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02c68c-2021-07-09T22:45:07+01:00",
"date": "2021-07-09T22:45:07+01:00",
"ocid": "ocds-h6vhtk-02c68c",
"initiationType": "tender",
"tender": {
"id": "S1155 (2020)",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "S1155 (2020) Facilities Management Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
"mainProcurementCategory": "services",
"description": "The contracting entity intends to establish a framework arrangement under which it shall appoint economic operators to enter into separate framework agreements for the provision of facilities management services, across a number of separate lots, as follows: Lot 1: Facilities Management Maintenance Services, Lot 2: Facilities Management Capital Expenditure Projects, Lot 3: Legionella and Water Treatment Services, and Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and Radio Telecommunications Sites). Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years. The contracting entity estimates that the total spend under the framework agreements is anticipated to be GBP 2 700 000.",
"lots": [
{
"id": "1",
"title": "Lot 1: Facilities Management Maintenance Services",
"description": "This lot will include: Planned and reactive facilities management maintenance works and services in respect of all NIE Networks' office locations across Northern Ireland encompassing the following key activities: 1) minor building repairs and associated general maintenance works and services; 2) maintenance of roller shutter doors; 3) general joinery works; 4) general mechanical services and maintenance; 5) general electrical services and maintenance. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).",
"hasOptions": true,
"options": {
"description": "Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2: Facilities Management Capital Expenditure Projects",
"description": "This lot will include: Planned facilities management works and services in respect of capital expenditure projects at NIE Networks' office locations across Northern Ireland encompassing the following key activities: 1) participation in mini-competitions in accordance with NIE Networks' facilities management capital project requirements; 2) management and delivery of projects inclusive of all electrical, mechanical, joinery and small scale general building works and associated services, in respect of: (a) office refurbishments inclusive of complete office relocations; (b) refurbishment of existing and/or installation of new kitchen facilities; (c) refurbishment of existing and/or installation of new toilets facilities; (d) installing of new furniture and/or removal of existing furniture. It is intended that the contracting entity will enter into framework agreements with three economic operators for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a mini-competition basis, as set out in the call-off procedure (in Appendix C of the tender documents). It is intended that the first, second and third ranked economic operators in respect of the competition for lot 1 will each be awarded framework agreements for lot 2.",
"hasOptions": true,
"options": {
"description": "Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years."
},
"status": "cancelled"
},
{
"id": "3",
"title": "Lot 3: Legionella and Water Treatment Services",
"description": "This lot will include: Planned preventative maintenance in respect of legionella and water treatment services encompassing the following key activities: 1) hot water systems inclusive of: (a) monthly temperature checks, (b) temperature adjustments as required to be carried out at the time of testing, (c) annual water samples from calorifiers, (d) annual visual inspection of calorifiers; 2) cold water systems inclusive of: (a) monthly temperature checks at sentinel taps, (b) six monthly temperature checks on tanks, (c) annual inspection of tanks; 3) shower heads inclusive of: (a) dismantle, clean and disinfect shower heads quarterly; 4) provision of risk assessments inclusive of: (a) annual update of risk assessment per site, (b) initial risk assessment of new sites; 5) provision of a web-based management system to facilitate water treatment system management and the control of legionella with appropriate access provided to NIE networks of maintenance and testing records. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).",
"hasOptions": true,
"options": {
"description": "Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years."
},
"status": "cancelled"
},
{
"id": "4",
"title": "Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)",
"description": "This lot will include: Minor building repairs and general maintenance works and services in respect of NIE networks' electricity substations and radio telecommunication (RT) sites across Northern Ireland encompassing the following key activities: 1) minor building repairs and associated general works and services, 2) general joinery works, 3) general mechanical services and maintenance, 4) General electrical services and maintenance. It is intended that the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the tender documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents).",
"hasOptions": true,
"options": {
"description": "Each framework agreement will be for a period of five (5) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to three (3) years, with a total potential duration of eight (8) years."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "Northern Ireland"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "45453100",
"description": "Refurbishment work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "Northern Ireland"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39370000",
"description": "Water installations"
},
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "Northern Ireland"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45421000",
"description": "Joinery work"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71333000",
"description": "Mechanical engineering services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "4"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-1",
"relatedLots": [
"1"
],
"title": "Lot 1: Facilities Management Maintenance Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-22151",
"name": "GR White & Son Ltd"
}
]
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-2",
"relatedLots": [
"2"
],
"title": "Lot 2: Facilities Management Capital Expenditure Projects",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-22151",
"name": "GR White & Son Ltd"
},
{
"id": "GB-FTS-22153",
"name": "H&J Martin Ltd"
},
{
"id": "GB-FTS-22154",
"name": "IMAC Construction Services Limited"
}
]
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-3",
"relatedLots": [
"3"
],
"title": "Lot 3: Legionella and Water Treatment Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-22152",
"name": "Healthy Buildings (Ireland) Limited"
}
]
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-4",
"relatedLots": [
"4"
],
"title": "Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-22151",
"name": "GR White & Son Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-14678",
"name": "Northern Ireland Electricity Networks",
"identifier": {
"legalName": "Northern Ireland Electricity Networks"
},
"address": {
"streetAddress": "120 Malone Road,",
"locality": "Belfast,",
"region": "UKN",
"postalCode": "BT9 5HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Ruadhrai.OKane@nienetworks.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nienetworks.co.uk",
"buyerProfile": "https://e-sourcingni.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "ELECTRICITY",
"description": "Electricity"
}
]
}
},
{
"id": "GB-FTS-22151",
"name": "GR White & Son Ltd",
"identifier": {
"legalName": "GR White & Son Ltd"
},
"address": {
"streetAddress": "43 Main Street",
"locality": "Tempo",
"region": "UKN",
"postalCode": "BT94 3LU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-22152",
"name": "Healthy Buildings (Ireland) Limited",
"identifier": {
"legalName": "Healthy Buildings (Ireland) Limited"
},
"address": {
"streetAddress": "19 Millvale Road, Bessbrook",
"locality": "Newry",
"region": "UKN",
"postalCode": "BT35 7NH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-22153",
"name": "H&J Martin Ltd",
"identifier": {
"legalName": "H&J Martin Ltd"
},
"address": {
"streetAddress": "Rosemount House, 21-23 Sydenham Road",
"locality": "Belfast",
"region": "UKN",
"postalCode": "BT3 9HA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-22154",
"name": "IMAC Construction Services Limited",
"identifier": {
"legalName": "IMAC Construction Services Limited"
},
"address": {
"streetAddress": "7 Main Street, Dungiven",
"locality": "Londonderry",
"region": "UKN",
"postalCode": "BT47 4LD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-4840",
"name": "Northern Ireland Electricity Networks Ltd",
"identifier": {
"legalName": "Northern Ireland Electricity Networks Ltd"
},
"address": {
"streetAddress": "120 Malone Road",
"locality": "Belfast",
"postalCode": "BT9 5HT",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-1401",
"name": "High Court of Justice in Northern Ireland",
"identifier": {
"legalName": "High Court of Justice in Northern Ireland"
},
"address": {
"streetAddress": "Royal Courts of Justice, Chichester Street",
"locality": "Belfast",
"postalCode": "BT1 3JY",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-14678",
"name": "Northern Ireland Electricity Networks"
},
"contracts": [
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-1",
"awardID": "016154-2021-S1155 (2020) Facilities Management Services-1",
"title": "Lot 1: Facilities Management Maintenance Services",
"status": "active",
"dateSigned": "2021-04-20T00:00:00+01:00"
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-2",
"awardID": "016154-2021-S1155 (2020) Facilities Management Services-2",
"title": "Lot 2: Facilities Management Capital Expenditure Projects",
"status": "active",
"dateSigned": "2021-06-15T00:00:00+01:00"
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-3",
"awardID": "016154-2021-S1155 (2020) Facilities Management Services-3",
"title": "Lot 3: Legionella and Water Treatment Services",
"status": "active",
"dateSigned": "2021-04-22T00:00:00+01:00"
},
{
"id": "016154-2021-S1155 (2020) Facilities Management Services-4",
"awardID": "016154-2021-S1155 (2020) Facilities Management Services-4",
"title": "Lot 4: Minor Building Repairs and General Maintenance Services (Electricity Substations and RT Sites)",
"status": "active",
"dateSigned": "2021-04-20T00:00:00+01:00"
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:348291-2020:TEXT:EN:HTML"
}
],
"language": "en"
}