Tender

Provision of a Facilities Management Service

  • Centre For Process Innovation

F02: Contract notice

Notice identifier: 2024/S 000-015853

Procurement identifier (OCID): ocds-h6vhtk-0468e6

Published 20 May 2024, 1:02pm



Section one: Contracting authority

one.1) Name and addresses

Centre For Process Innovation

Discovery 2, William Armstrong Way, NETPark

Sedgefield

TS21 3FH

Contact

E-Tendering@uk-cpi.com

Email

e-tendering@uk-cpi.com

Telephone

+44 01740625716

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Internet address(es)

Main address

https://in-tendhost.co.uk/uk-cpi/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/uk-cpi/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research and Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Facilities Management Service

Reference number

2836

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

CPI require a professional facilities management Contractor to look after all Hard, Soft and Technical Facilities Management across CPI’s estate. All PPM and Reactive Maintenance must be completed to the SFG20 standard, and or, OEM Guidance, and or applicable legislation in use at the time of this tender and or GMP Guidance.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham

two.2.4) Description of the procurement

CPI require a professional facilities management Contractor to look after all Hard, Soft and Technical Facilities Management across CPI’s estate. All PPM & Reactive Maintenance must be completed to the SFG20 standard, and or, OEM Guidance, and or applicable legislation in use at the time of this tender and or GMP Guidance. If the SFG20 standard, and or OEM Guidance, and or applicable legislation or GMP guidance changes during the term of this contract. The Contractor must make sure that the PPM & Reactive Maintenance is completed to the current SFG20, OEM Guidance and applicable legislation and GMP guidance.CPI currently have two sites which work to GMP standards, which includes cleanroom and non-cleanroom environments, and both have elements that must be maintained to a higher standard than SFG20 and OEM guidance. CPI have several enhanced PPM maintenance schedules which provide the expected maintenance levels, which will be shared with the Contractor or identified in the attached schedules.As well as the facilities management aspect of the contract, there will be from time to time the potential for some small projects to be identified. Small projects may include either purchases or work on systems used within CPI currently or changes and repairs to buildings fabric. CPI will require access to various trades as part of this Contract. These projects will be capped at £50,000. Therefore, any small project which falls out of this scope will not be included in this contract. The Contractor will also be required to work closely with CPI to implement and uphold CPI’s Sustainability Strategy. The purchase of equipment or services linked to the Sustainability Strategy will not be included in the scope of this contract. Any equipment or services identified will be procured separately. The Service must be provided by fully qualified and experienced staff and all services must be conducted in line with any UK legislation and or operational documents and or external & internal process documents and or GMP Guidance. CPI currently several different sites, some are owned and managed by CPI, some are leased - part serviced and some are leased - fully serviced.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Renewals will be made to replace the expiring contract.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Outlined in the Procurement Documents released with this opportunity.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

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.2.14) Additional information

For more information please see the tender documentation, that is free to access on https://in-tendhost.co.uk/uk-cpi/


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

All Conditions for Participation are outlined in the procurement documents released with this opportunity.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

20 June 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 July 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: Yes

Estimated timing for further notices to be published: 4 years

six.4) Procedures for review

six.4.1) Review body

CPI

Redcar

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

During the 10-Day Standstill Period. Tenderers involved in the process will be notified of when the standstill period will start and end.