Tender

DBC (AL) Facilities Management Services

  • Dacorum Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-032709

Procurement identifier (OCID): ocds-h6vhtk-04a7d8

Published 10 October 2024, 8:05pm



Section one: Contracting authority

one.1) Name and addresses

Dacorum Borough Council

The Forum, Marlowes

Hemel Hempstead, Hertfordshire

HP1 1DN

Contact

Andrew Linden - Head of Commercial Housing Contracts

Email

andrew.linden@dacorum.gov.uk

Telephone

+44 1442228263

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

http://www.dacorum.gov.uk

Buyer's address

http://www.dacorum.gov.uk/procurement

one.3) Communication

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

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DBC (AL) Facilities Management Services

Reference number

CPU00547a

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is undertaking a two-stage competitive Restricted Procedure to select its Supplier to deliver a Facilities Management service as described within the Specification (Schedule 1 of the Invitation to Tender pack), in accordance with the Public Contracts Regulations 2015 as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 (the "Regulations"), advertised both on ‘Find a Tender’, Contracts Finder and Supply Hertfordshire. The procurement process will appoint a single Service Provider to deliver a range of Hard and Soft Facilities Management services for Dacorum Borough Council’s Civic Offices, The Forum. The number of assets/buildings may change over the duration of the Contract and other buildings may be added or removed from the scope of services at the Council’s discretion. The Service Provider shall be responsible for managing all elements of planning, communication, scheduling, examination, and testing, reporting and administration support

two.1.5) Estimated total value

Value excluding VAT: £6,650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50000000 - Repair and maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 79710000 - Security services
  • 90910000 - Cleaning services
  • 90911200 - Building-cleaning services
  • 98341120 - Portering services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

The service will be provided at the Forum, Hemel Hempstead. The contract may be extended during the contract period to other sites.

two.2.4) Description of the procurement

The Council is undertaking a two-stage competitive Restricted Procedure to select its Supplier to deliver a Facilities Management service as described within the Specification (Schedule 1 of the Invitation to Tender pack), in accordance with the Public Contracts Regulations 2015 as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 (the Regulations), advertised both on Find a Tender, Contracts Finder and Supply Hertfordshire. The procurement process will appoint a single Service Provider to deliver a range of Hard and Soft Facilities Management services for Dacorum Borough Councils Civic Offices, The Forum. The number of assets/buildings may change over the duration of the Contract and other buildings may be added or removed from the scope of services at the Council’s discretion. The Service Provider shall be responsible for managing all elements of planning, communication, scheduling, examination, and testing, reporting and administration support under the contract to ensure a high-quality service is provided and in accordance with this Specification and the contract.

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: £6,650,000

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

Start date

4 September 2025

End date

3 September 2030

This contract is subject to renewal

Yes

Description of renewals

There is the option to extend the contract for a further 2 years, on a 1 plus 1 basis.

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

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

As set out in the SQ document.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Information can be found in the SQ and ITT pack.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 November 2024

Local time

12:00pm

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

29 November 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: 5 to 7 years.

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

London

HP1 1DN

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Suppliers must bring a challenge within 30 days from when the economic operator knew or should have known about the infringement. Suppliers should act promptly to seek review.