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
Telephone
+44 1442228263
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
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.