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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 Total Facilities Management
Reference number
676_20
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000,000
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
- 50340000 - Repair and maintenance services of audio-visual and optical equipment
- 50344000 - Repair and maintenance services of optical equipment
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50700000 - Repair and maintenance services of building installations
- 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
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 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
Quality criterion - Name: Quality / Weighting: 80
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 10
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.1.7 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
- 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
- 55000000 - Hotel, restaurant and retail trade 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
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90922000 - Pest-control services
- 98000000 - Other community, social and personal 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
Quality criterion - Name: Quality / Weighting: 80
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 10
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.1.7 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
- 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
- 71317200 - Health and safety services
- 72253000 - Helpdesk and support services
- 72514300 - Facilities management services for computer systems maintenance
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 77211500 - Tree-maintenance services
- 77314000 - Grounds maintenance services
- 79710000 - Security services
- 79952000 - Event services
- 79992000 - Reception services
- 79993000 - Building and facilities management services
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90921000 - Disinfecting and exterminating services
- 90923000 - Rat-disinfestation services
- 90924000 - Fumigation 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
Quality criterion - Name: Quality / Weighting: 80
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: 10
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.1.7 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 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
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: 2021/S 000-002497
Section five. Award of contract
Lot No
1
Title
Facilities Management Services – Total assessed contract value £0 - £1,000,000
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 April 2021
five.2.2) Information about tenders
Number of tenders received: 32
Number of tenders received from SMEs: 11
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 32
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ABM Facility Services UK Limited
George House 75 - 83 Borough High Street
London
SE1 1NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
BJF Connections
Abbey Court Boarley Lane
Maidstone
ME14 3DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Compass Contract Services UK
Parklands Court 24 Parklands Birmingham Great Park
Rubery
B45 9PZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Derwent FM
1 Centro Place Pride Park
Derby
DE24 8RF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dodd Group (Midlands)
Stafford Park 13
Telford
TF3 3AZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Engie Supply Holding UK
Q3 Quorum Business Park Benton Lane
Newcastle upon Tyne
NE12 8EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Eric Wright Facilities Management
Sceptre House Sceptre Way Bamber Bridge
Preston
PR5 6AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Hebs Group Ltd
4-6 St Johns Road Waterloo Crosby
Liverpool
L22 9QG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ISS Mediclean
Velocity 1 Brooklands Drive
Weybridge
KT13 0SL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mears Facilities Management
1390 Montpellier Court Gloucester Business Park
Brockworth
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
MPD FM
Unit 20 Dagenham Business Centre Park 123 Rainham Road North
Dagenham
RM10 7DF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Norse Commercial Services
280 Fifers Lane
Norwich
NR6 6EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Richard Irvin FM
5th Floor 24 Old Bond Street Mayfair
London
W1S 4AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Robertson Facilities Management
10 Perimeter Road Pinefield Industrial Estate
Elgin
IV30 6AE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SSG Support Services
Unit 5 Stanton Gate 49 Mawney Road
Romford
RM7 7HL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Trios Facilities Management
Ground Floor Edgerton House 68 Baker Street
Weybridge
KT13 8AL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vertas Group Ltd
Beacon House Landmark Business Park White House Road
Ipswich
IP1 5PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vinci Construction UK
Astral House Imperial Way
Watford
WD24 4WW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £167,000,000
Section five. Award of contract
Lot No
2
Title
Facilities Management Services – Total assessed contract value £1,000,001 - £4,999,999
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 April 2021
five.2.2) Information about tenders
Number of tenders received: 32
Number of tenders received from SMEs: 11
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 32
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ABM Facility Services UK Limited
George House 75 - 83 Borough High Street
London
SE1 1NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Amey Community Ltd
Chancery Exchange 10 Furnival Street
London
EC4A 1AB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
BJF Connections
Abbey Court Boarley Lane
Maidstone
ME14 3DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Compass Contract Services UK
Parklands Court 24 Parklands Birmingham Great Park
Rubery
B45 9PZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Derwent FM
1 Centro Place Pride Park
Derby
DE24 8RF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dodd Group (Midlands)
Stafford Park 13
Telford
TF3 3AZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Engie Supply Holding UK
Q3 Quorum Business Park Benton Lane
Newcastle upon Tyne
NE12 8EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Eric Wright Facilities Management
Sceptre House Sceptre Way Bamber Bridge
Preston
PR5 6AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Hebs Group Ltd
4-6 St Johns Road Waterloo Crosby
Liverpool
L22 9QG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ISS Mediclean
Velocity 1 Brooklands Drive
Weybridge
KT13 0SL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mears Facilities Management
1390 Montpellier Court Gloucester Business Park
Brockworth
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
MPD FM
Unit 20 Dagenham Business Centre Park 123 Rainham Road North
Dagenham
RM10 7DF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Norse Commercial Services
280 Fifers Lane
Norwich
NR6 6EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
OCS Group UK Limited
Tilgate Forest Business Park Brighton Road
Crawley
RH11 9BP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Richard Irvin FM
5th Floor 24 Old Bond Street Mayfair
London
W1S 4AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Robertson Facilities Management
10 Perimeter Road Pinefield Industrial Estate
Elgin
IV30 6AE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SSG Support Services
Unit 5 Stanton Gate 49 Mawney Road
Romford
RM7 7HL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vertas Group Ltd
Beacon House Landmark Business Park White House Road
Ipswich
IP1 5PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vinci Construction UK
Astral House Imperial Way
Watford
WD24 4WW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £167,000,000
Section five. Award of contract
Lot No
3
Title
Facilities Management Services – Total assessed contract value £5,000,000 +
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 April 2021
five.2.2) Information about tenders
Number of tenders received: 32
Number of tenders received from SMEs: 11
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 32
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ABM Facility Services UK Limited
George House 75 - 83 Borough High Street
London
SE1 1NH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Amey Community Ltd
Chancery Exchange 10 Furnival Street
London
EC4A 1AB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
BJF Connections
Abbey Court Boarley Lane
Maidstone
ME14 3DD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Compass Contract Services UK
Parklands Court 24 Parklands Birmingham Great Park
Rubery
B45 9PZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Derwent FM
1 Centro Place Pride Park
Derby
DE24 8RF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Dodd Group (Midlands)
Stafford Park 13
Telford
TF3 3AZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Engie Supply Holding UK
Q3 Quorum Business Park Benton Lane
Newcastle upon Tyne
NE12 8EX
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ISS Mediclean
Velocity 1 Brooklands Drive
Weybridge
KT13 0SL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mears Facilities Management
1390 Montpellier Court Gloucester Business Park
Brockworth
GL3 4AH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
MPD FM
Unit 20 Dagenham Business Centre Park 123 Rainham Road North
Dagenham
RM10 7DF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Norse Commercial Services
280 Fifers Lane
Norwich
NR6 6EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
OCS Group UK Limited
Tilgate Forest Business Park Brighton Road
Crawley
RH11 9BP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Richard Irvin FM
5th Floor 24 Old Bond Street Mayfair
London
W1S 4AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Robertson Facilities Management
10 Perimeter Road Pinefield Industrial Estate
Elgin
IV30 6AE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SSG Support Services
Unit 5 Stanton Gate 49 Mawney Road
Romford
RM7 7HL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vertas Group Ltd
Beacon House Landmark Business Park White House Road
Ipswich
IP1 5PB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Vinci Construction UK
Astral House Imperial Way
Watford
WD24 4WW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £166,000,000
Section six. Complementary information
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/amfile/file/download/file/9608/) 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: https://www.espo.org/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
Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.