Tender

SONI039 -Workplace and Facilities Management (FM) Services

  • SONI Ltd

F05: Contract notice – utilities

Notice identifier: 2024/S 000-022132

Procurement identifier (OCID): ocds-h6vhtk-047e3e

Published 17 July 2024, 4:55pm



Section one: Contracting entity

one.1) Name and addresses

SONI Ltd

12 Manse Road

Belfast

BT6 9RT

Email

tenders2@soni.ltd.uk

Telephone

+44 2890794336

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

https://www.soni.ltd.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.mytenders.co.uk

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SONI039 -Workplace and Facilities Management (FM) Services

Reference number

SONI039

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

SONI wishes to establish a Single Supplier Framework for a suitably qualified Facilities Management Provider covering the following services:

General Services

- Workplace and Facilities Management

- Safety and Environment

- Business Continuity and compliance

- Help Desk , Computer Aided Facilities Mgt (CAFM) System and maintenance of the Security IT systems.

- Performance Management

Specific Services

- Building and plant Asset Management, Maintenance and repair

- Cleaning and Housekeeping

- Waste management

- Catering

- External area management and Landscaping

Office Support Services

- Mail room, Copy and stationery

- Archiving

- Business Services

Capital Projects

two.1.5) Estimated total value

Value excluding VAT: £7,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72514100 - Facilities management services involving computer operation
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Belfast

two.2.4) Description of the procurement

SONI wishes to establish a Single Supplier Framework for a suitably qualified Facilities Management Provider covering the following services:

General Services

- Workplace and Facilities Management

- Safety and Environment

- Business Continuity and compliance

- Help Desk , Computer Aided Facilities Mgt (CAFM) System and maintenance of the Security IT systems.

- Performance Management

Specific Services

- Building and plant Asset Management, Maintenance and repair

- Cleaning and Housekeeping

- Waste management

- Catering

- External area management and Landscaping

Office Support Services

- Mail room, Copy and stationery

- Archiving

- Business Services

Capital Projects

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: £7,100,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement period will be for an initial duration of 3 years with the option to extend for up to two further periods of two (2) years, and subsequently for up to a further period of one (1) year. Maximum contract duration is 8 years, subject always to the satisfactory performance of the supplier.

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

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

As per the PQQ

two.2.10) Information about variants

Variants will be accepted: No

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


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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per the PQQ document.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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.1.8) 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

21 August 2024

Local time

12:00pm

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

23 October 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232358.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232358)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit