Contract

ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT

  • Llywodraeth Cymru / Welsh Government

F20: Modification notice

Notice identifier: 2025/S 000-010306

Procurement identifier (OCID): ocds-h6vhtk-04ef78

Published 20 March 2025, 9:48am



Section one: Contracting authority/entity

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Contact

Corporate Procurement Services

Email

cpsprocurementadvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT

Reference number

C309/2015/2016

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement at the time of conclusion of the contract:

Scope of Services

The Services to be provided include:

a) Cleaning

b) Hygiene

c) Window Cleaning

d) Waste Management/Recycling

e) Pest Control

f) Grounds Maintenance/ Landscaping

g) Security Services

h) Keyholding Response

i) Business Support Services:

-Porter Services

-Mail Room

-Reception

-Reception & Security Administration

-Reprographics Technicians

Requirements in order to deliver the Contract

a) Mobilisation and Implementation

b) General Requirements

c) Quality Management

d) Compliance & Audit

e) Health & Safety Management

f) Environmental, Sustainability & Corporate Social Responsibility

g) Help Desk & CAFM

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

Start date

1 July 2016

End date

31 March 2025

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 four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2016/S 000-000000


Section five. Award of contract/concession

Contract No

C309/2015/2016

Title

ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

1 July 2016

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Vinci Facilities

Fountain House, St Mellons

Cardiff

CF30FB

Country

United Kingdom

NUTS code
  • UKL - Wales
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £50,500,000


Section six. Complementary information

six.3) Additional information

The contract will now end 31/03/2027

(WA Ref:149218)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 79993100 - Facilities management services

seven.1.2) Additional CPV code(s)

  • 79710000 - Security services

seven.1.3) Place of performance

NUTS code
  • UKL - Wales

seven.1.4) Description of the procurement:

Scope of Services

The Services to be provided include:

a) Cleaning

b) Hygiene

c) Window Cleaning

d) Waste Management/Recycling

e) Pest Control

f) Grounds Maintenance/ Landscaping

g) Security Services

h) Keyholding Response

i) Business Support Services:

-Porter Services

-Mail Room

-Reception

-Reception & Security Administration

-Reprographics Technicians

Requirements in order to deliver the Contract

a) Mobilisation and Implementation

b) General Requirements

c) Quality Management

d) Compliance & Audit

e) Health & Safety Management

f) Environmental, Sustainability & Corporate Social Responsibility

g) Help Desk & CAFM

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

24

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£10,500,000

seven.1.7) Name and address of the contractor/concessionaire

Vinci Facilities

Fountain House, St Mellons

Cardiff

CF30FB

Country

United Kingdom

NUTS code
  • UKL - Wales
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Article 72

Modification of contracts during their term

1. Contracts and framework agreements may be modified without a new procurement procedure in accordance with this Directive in any of the following cases:

(b) for additional works, services or supplies by the original contractor that have become necessary and that were not included in the initial procurement where a change of contractor:

(i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement; and

(ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority.

However, any increase in price shall not exceed 50 % of the value of the original contract. Where several successive modifications are made, that limitation shall apply to the value of each modification. Such consecutive modifications shall not be aimed at circumventing this Directive;

(c) where all of the following conditions are fulfilled:

(i) the need for modification has been brought about by circumstances which a diligent contracting authority could not foresee;

(ii) the modification does not alter the overall nature of the contract;

(iii) any increase in price is not higher than 50 % of the value of the original contract or framework agreement.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

Work is underway to prepare the specification to go out to tender for a new 8-year contract with the aim of going out to tender by late spring 2025 and to award the contract(s) by autumn 2025. There is a delay in the timescales due to circumstances which a diligent contracting authority could not foresee. It is not possible to tender for a contract of this scale for a short term whilst the tender documents are being developed for the new separate services; due to economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement; and doing so would cause significant inconvenience or substantial duplication of costs for the contracting authority.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £50,500,000

Total contract value after the modifications

Value excluding VAT: £61,000,000