Planning

676_25 Total Facilities Management

  • ESPO

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-028041

Procurement identifier (OCID): ocds-h6vhtk-04977b

Published 3 September 2024, 9:16am



Section one: Contracting authority

one.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

Contact

Place & Environment Procurement Team

Email

tenders@espo.org

Country

United Kingdom

Region code

UKF22 - Leicestershire CC and Rutland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.espo.org/

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.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

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_25 Total Facilities Management

Reference number

676_25

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Please note, this is a Prior Information Notice where the tender documentation is not yet available. However, interest in this opportunity (Expressions of interest) can still be registered here at this stage.

ESPO is seeking to establish a multi-service provider framework agreement for the provision of a Total Facilities Management service. This national framework will provide a complete solution for facilities management services to customers seeking to aggregate their requirements under one service provider.

The framework is currently proposed to consist of 3 Lots based on total customer contract value as follows:

• Lot 1 - Total contract value of £0 - £1,000,000

• Lot 2 - Total contract value of £1,000,001 - £4,999,999

• Lot 3 - Total contract value of £5,000,000 and above

We are seeking feedback on the proposed draft terms and conditions. Please contact place@espo.org for a copy of these.

Note: for any questions relating to the operation of the Portal itself, ProContract, these should be submitted to Proactis, and the following links (URL's) can be used for this for supplier support and system technical queries: https://www.proactis.com/uk/support-login/ or via https://suppliersupport.proactisservicedesk.com/. Otherwise, any questions relating to this PIN should be submitted to ESPO by accessing the 'Messages' section once an Expression of interest has been completed.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1 - Total contract value of £0 - £1,000,000

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and 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
  • 79952000 - Event services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 90500000 - Refuse and waste related services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation 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

This Lot covers customer contracts with the value of £0 - £1,000,000.

Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services. Tenderers will need to be 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 and Humber

- London

- Scotland

- Wales

- Northern Ireland

two.2) Description

two.2.1) Title

Lot 2 - Total contract value of £1,000,001 - £4,999,999

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and 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
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 79710000 - Security services
  • 79952000 - Event services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 90500000 - Refuse and waste related services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation 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

This Lot covers customer contracts with the value of £1,000,001 - £4,999,999.

Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services. Tenderers will need to be 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 and Humber

- London

- Scotland

- Wales

- Northern Ireland

two.2) Description

two.2.1) Title

Lot 3 - Total contract value of £5,000,000 and above

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 55300000 - Restaurant and food-serving services
  • 55500000 - Canteen and 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
  • 79710000 - Security services
  • 79952000 - Event services
  • 79992000 - Reception services
  • 79993000 - Building and facilities management services
  • 90500000 - Refuse and waste related services
  • 90700000 - Environmental services
  • 90900000 - Cleaning and sanitation 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

This Lot covers customer contracts with the value of £5,000,000 and above.

Tenderers are required to provide and deliver an integrated multidisciplinary range of facilities management services. Tenderers will need to be 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 and Humber

- London

- Scotland

- Wales

- Northern Ireland

two.3) Estimated date of publication of contract notice

14 October 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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

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.