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
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.