Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Hard FM Buildings Grounds and Maintenance Services.
Reference number: EUS 28022
II.1.2)Main CPV code
50700000
II.1.3)Type of contract
Services
II.1.4)Short description:
Provision of building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works.
II.1.5)Estimated total value
Value excluding VAT: 24 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
31127000
31200000
35120000
65120000
71314200
71315400
77300000
77314000
90481000
II.2.3)Place of performance
NUTS code: UKF
NUTS code: UK
II.2.4)Description of the procurement:
The appointed Supplier will be required to provide building, mechanical, electrical and grounds services associated with planned preventative maintenance, unplanned and emergency maintenance and the potential for minor new works at properties across the contracting authorities estate.
Estimated Cost Forensic Division
Division combined Planned Preventative Maintenance (PPM) and Reactive Maintenance = 3 700 000 GBP per annum, equating to a total contract value of 18 500 000 GBP over the initial 5 year term.
Should the scope of the agreement be extended to cover all of the Authorities Estate within the duration of the contract term (the earliest the scope would be extended would be 2 years into the contract duration) this would equate to an additional 2 000 000 GBP combined PPM and Reactive Maintenance per annum.
The Contract value for the initial term is therefore:
Minimum contract value = 18 500 000 GBP (5 x 3 700 000 GBP).
Maximum Contract Value = 24 500 000 GBP ((5 x 3 700 000 GBP) + (3 x 2 000 000 GBP)).
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 24 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Option to extend agreement by 5 x 12 month periods.
Total Contract duration will not exceed 120 months.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria as defined in Part 3 of Supplier Selection Questionnaire.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Option to extend agreement by 5 x 12 month periods.
Total Contract duration will not exceed 120 months.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the tender documentation.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As stated in the tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 18/08/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Contract period as set out in Section II.2.4) of this notice.
VI.2)Information about electronic workflows
Electronic ordering will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
To be submitted via the e-tendering portal.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
19/06/2017