Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Ms Pav Kaur
Telephone
+44 1163056855
Country
United Kingdom
Region code
UKF2 - Leicestershire, Rutland and Northamptonshire
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=657c4730-adea-ee11-8127-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=657c4730-adea-ee11-8127-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Facilities Management Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Leicestershire County Council Facilities Management
Reference number
DN688055
two.1.2) Main CPV code
- 79990000 - Miscellaneous business-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council is undertaking a procurement exercise to appoint either a single Supplier or multiple Suppliers for Facilities Management (FM) services to its entire corporate property estate across Leicestershire. This ‘Corporate Provision’ is funded via the Council’s own internal budgets.
The successful supplier(s) will also deliver services to the Council’s external customers (e.g. schools, academies, district councils, police forces, fire brigades etc.) The Council effectively trades these FM services to generate income and this ‘Traded Provision’ is funded via the individual budgets of the external customers. These external customers are located within Leicestershire and the East and West Midlands. This contract will be split into 2 sperate contracts (Contract 1 and Contract 2). For each contract, the 6 highest scorers for each lot will progress to the 2nd stage of the process and will be invited to tender. The Council reserves the right to progress less than 6 bidders to stage 2 at its discretion. Should any of the top 6 bidders not meet the minimum requirements, the Council reserves the right to progress less than 6 bidders to stage 2. The value is based on historic 7 year data, Due to the service being demand led the Council does not guarantee any level of work and the value should only be used a s a guide.
two.1.5) Estimated total value
Value excluding VAT: £35,000,000
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
Lot 1 - Window Cleaning
Lot No
1
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 1 - Lot 1 - Window Cleaning,
External & internal cleaning at various heights to numerous Leicestershire County Council locations and partner sites. additional one-off requests for cleaning of external & internal canopies and similar structures which may include use of powered access equipment.
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: £238,000
two.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
The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 2 – Waste,
Lot No
2
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 1 - Lot 2 – Waste - Schedule collections at a large proportion of Leicestershire County Council venues including school kitchens, partner sites Schools & Academies, reactive & one-off collections for specialist removal & public events.
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: £1,905,000
two.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
The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 3 – Specialist Cleaning.
Lot No
3
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 1 - Lot 3 – Specialist Cleaning.- Majority of works to facilitate high level cleaning of catering kitchens (walls ceiling, canopies for example), reactive requests may include summer cleaning during school closures, clearing gutters & flat roofs, sharps removals, House clearances, Graffiti removal, illegally disposed waste, Infection control cleaning, Solar Panel cleaning.
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: £365,000
two.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
The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 4 Cleaning, Housekeeping & Laundry Services
Lot No
4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 2 - Lot 4 – Building Cleaning, Housekeeping & Laundry Services - Cleaning to a variety of Leicestershire County Council public & non-public buildings, LCC partner sites including schools & Academies, Police & Fire Service locations, the latter requiring a Housekeeping & Laundry service
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: £20,000,000
two.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
The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 5 Grounds Maintenance
Lot No
5
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 2 - Lot 5 - Grounds Maintenance,- Horticultural & playing field service to numerous Leicestershire County Council locations, LCC partner sites including Schools & Academies, Police & Fire service, Councils, National Forest sites
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: £7,000,000
two.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
The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 6 – Security & Key Holding,
Lot No
6
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Contract 2 - Lot 6 – Security & Key Holding - Keyholding, static, out of hours helpdesk cover and reactive services to Leicestershire County Council buildings & locations, plus partner sites Schools & Academies, Community Libraries
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: £5,500,000
two.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
The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.
There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) 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
In the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 May 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom