Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
Contact
Place and Environment Procurement Team
Telephone
+44 1162657943
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
676_20 Facilities Management Services
Reference number
DN443826
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
ESPO is seeking to establish a multi supplier framework agreement for the provision of Facilities Management (FM) Services. This national framework will provide a complete suite of facilities management services for customers seeking to aggregate their requirements.
The framework will consist of 3 Lots based on total contract value.
Lot 1 –Facilities Management Services – Total assessed contract value £0 - £1,000,000
Lot 2 –Facilities Management Services – Total assessed contract value £1,000,001 - £4,999,999
Lot 3 –Facilities Management Services – Total assessed contract value £5,000,000 +
It will be a mandatory requirement that tenderers are able to provide at least 75% of the services listed within the specification if they intend to tender for either Lot 1, 2 or 3.
To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘676_20’ d) Express an interest (e) Download the tender from the website.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Facilities Management Services – Total assessed contract value £0 - £1,000,000
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45452000 - Exterior cleaning work for buildings
- 50000000 - Repair and maintenance services
- 50324200 - Preventive maintenance services
- 50334400 - Communications system maintenance services
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50531200 - Gas appliance maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
- 50750000 - Lift-maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50850000 - Repair and maintenance services of furniture
- 50883000 - Repair and maintenance services of catering equipment
- 55300000 - Restaurant and food-serving services
- 55500000 - Canteen and catering services
- 55520000 - Catering services
- 64100000 - Post and courier services
- 71314000 - Energy and related services
- 71315000 - Building services
- 71317210 - Health and safety consultancy services
- 72253000 - Helpdesk and support services
- 72514300 - Facilities management services for computer systems maintenance
- 77211500 - Tree-maintenance services
- 77310000 - Planting and maintenance services of green areas
- 77314000 - Grounds maintenance services
- 79710000 - Security services
- 79952000 - Event services
- 79992000 - Reception services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90922000 - Pest-control services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Facilities Management Services.
Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services for customers with a total assessed contract value in the range £0 - £1,000,000.
Tenderers will need to able to provide the services within one or more of the following geographical regions: East Midlands; East of England; North East England; North West England; South East England; South West England; West Midlands; Yorkshire & Humber; London; Scotland; Wales; and Northern Ireland.
It will be a mandatory requirement that tenderers are able to provide at least 75% of the services listed within the specification if they intend to tender for either Lot 1, 2 or 3.
The following information is applicable for all lots:
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £167,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2021
End date
30 April 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Facilities Management Services – Total assessed contract value £1,000,001 - £4,999,999
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45452000 - Exterior cleaning work for buildings
- 50000000 - Repair and maintenance services
- 50324200 - Preventive maintenance services
- 50334400 - Communications system maintenance services
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50531200 - Gas appliance maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
- 50750000 - Lift-maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50850000 - Repair and maintenance services of furniture
- 50883000 - Repair and maintenance services of catering equipment
- 55300000 - Restaurant and food-serving services
- 55500000 - Canteen and catering services
- 55520000 - Catering services
- 64100000 - Post and courier services
- 71314000 - Energy and related services
- 71315000 - Building services
- 71317210 - Health and safety consultancy services
- 72253000 - Helpdesk and support services
- 72514300 - Facilities management services for computer systems maintenance
- 77211500 - Tree-maintenance services
- 77310000 - Planting and maintenance services of green areas
- 77314000 - Grounds maintenance services
- 79710000 - Security services
- 79952000 - Event services
- 79992000 - Reception services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90922000 - Pest-control services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Facilities Management Services.
Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services for customers with a total assessed contract value in the range £1,000,001 - £4,999,999.
Tenderers will need to able to provide the services within one or more of the following geographical regions: East Midlands; East of England; North East England; North West England; South East England; South West England; West Midlands; Yorkshire & Humber; London; Scotland; Wales; and Northern Ireland.
It will be a mandatory requirement that tenderers are able to provide at least 75% of the services listed within the specification if they intend to tender for either Lot 1, 2 or 3.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £167,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2021
End date
30 April 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Facilities Management Services – Total assessed contract value £5,000,000 +
Lot No
3
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45452000 - Exterior cleaning work for buildings
- 50000000 - Repair and maintenance services
- 50324200 - Preventive maintenance services
- 50334400 - Communications system maintenance services
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50531200 - Gas appliance maintenance services
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
- 50750000 - Lift-maintenance services
- 50800000 - Miscellaneous repair and maintenance services
- 50850000 - Repair and maintenance services of furniture
- 50883000 - Repair and maintenance services of catering equipment
- 55300000 - Restaurant and food-serving services
- 55500000 - Canteen and catering services
- 55520000 - Catering services
- 64100000 - Post and courier services
- 71314000 - Energy and related services
- 71315000 - Building services
- 71317210 - Health and safety consultancy services
- 72253000 - Helpdesk and support services
- 72514300 - Facilities management services for computer systems maintenance
- 77211500 - Tree-maintenance services
- 77310000 - Planting and maintenance services of green areas
- 77314000 - Grounds maintenance services
- 79710000 - Security services
- 79952000 - Event services
- 79992000 - Reception services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90922000 - Pest-control services
- 98310000 - Washing and dry-cleaning services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Facilities Management Services.
Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services for customers with a total assessed contract value of £5,000,000 or above.
Tenderers will need to able to provide the services within one or more of the following geographical regions: East Midlands; East of England; North East England; North West England; South East England; South West England; West Midlands; Yorkshire & Humber; London; Scotland; Wales; and Northern Ireland.
It will be a mandatory requirement that tenderers are able to provide at least 75% of the services listed within the specification if they intend to tender for either Lot 1, 2 or 3.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £166,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2021
End date
30 April 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must be able to provide at least 75% of the services listed within the specification if they intend to tender for either Lot 1, 2 or 3.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Limited.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
ESPO shall monitor the financial stability of the awarded Suppliers during the period of the Agreement by reference to credit ratings agency reports. ESPO shall obtain a credit score for the Supplier on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework Agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the Supplier from the Framework Agreement.
ESPO shall monitor the Suppliers’ performance against the set framework key performance indicators including the delivery of social value to Customers by reference to the social value reports prepared by the Suppliers and /or by the Social Value Portal on behalf of the Suppliers to ESPO and the Customer.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 146-360568
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.