II.1)
Scope of the procurement
Services-Framework-Facilities Management
Reference number:
PRO004727
79993100
-
Facilities management services
Services
II.1.4)
Short description
The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational Estate, which comprises of assets across circa 96 water treatment and 575 wastewater treatment sites across the North West (Crewe to Carlisle) and Corporate Estate, which comprises of Lingley Mere (Warrington), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.
II.1.5)
Estimated total value
Value excluding VAT: 99000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Maximum number of lots that may be awarded to one tenderer:
2
Lot 1 - Operational Estate
Lot No:
1
II.2.2)
Additional CPV code(s)
39130000
-
Office furniture
45112700
-
Landscaping work
45259300
-
Heating-plant repair and maintenance work
64100000
-
Post and courier services
64121100
-
Mail delivery services
71315000
-
Building services
71317200
-
Health and safety services
71326000
-
Ancillary building services
72224000
-
Project management consultancy services
72253000
-
Helpdesk and support services
77231200
-
Forest pest control services
79520000
-
Reprographic services
79710000
-
Security services
79992000
-
Reception services
79995100
-
Archiving services
90533000
-
Waste-tip management services
90710000
-
Environmental management
90711100
-
Risk or hazard assessment other than for construction
90910000
-
Cleaning services
II.2.3)
Place of performance
NUTS code:
UKD -
NORTH WEST (ENGLAND)
II.2.4)
Description of the procurement
The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational Estate, which comprises of assets across circa 96 water treatment and 575 waste water treatment sites across the North West (Crewe to Carlisle).
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 49500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
72
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
4
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2 - Corporate Estate
Lot No:
2
II.2.2)
Additional CPV code(s)
39130000
-
Office furniture
45112700
-
Landscaping work
45259300
-
Heating-plant repair and maintenance work
64100000
-
Post and courier services
64121100
-
Mail delivery services
71315000
-
Building services
71317200
-
Health and safety services
71326000
-
Ancillary building services
72224000
-
Project management consultancy services
72253000
-
Helpdesk and support services
77231200
-
Forest pest control services
79520000
-
Reprographic services
79710000
-
Security services
79992000
-
Reception services
79995100
-
Archiving services
90533000
-
Waste-tip management services
90710000
-
Environmental management
90711100
-
Risk or hazard assessment other than for construction
90910000
-
Cleaning services
II.2.3)
Place of performance
NUTS code:
UKI -
LONDON
NUTS code:
UKD -
NORTH WEST (ENGLAND)
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
UKD
II.2.4)
Description of the procurement
The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Corporate Estate, which comprises of Lingley Mere (Warrington), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 49500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
72
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
4
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 3 - Operational and Corporate Estate
Lot No:
3
II.2.2)
Additional CPV code(s)
39130000
-
Office furniture
45112700
-
Landscaping work
45259300
-
Heating-plant repair and maintenance work
64100000
-
Post and courier services
64121100
-
Mail delivery services
71315000
-
Building services
71317200
-
Health and safety services
71326000
-
Ancillary building services
72224000
-
Project management consultancy services
72253000
-
Helpdesk and support services
77231200
-
Forest pest control services
79520000
-
Reprographic services
79710000
-
Security services
79992000
-
Reception services
79995100
-
Archiving services
90533000
-
Waste-tip management services
90710000
-
Environmental management
90711100
-
Risk or hazard assessment other than for construction
90910000
-
Cleaning services
II.2.3)
Place of performance
NUTS code:
UKD -
NORTH WEST (ENGLAND)
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
UKD
II.2.4)
Description of the procurement
The requirement is for the provision of Total Facilities Management Services (TFM) across the Company’s Operational and Estate, which comprises of assets across circa 96 water treatment and 575 waste water treatment sites across the North West (Crewe to Carlisle) and Corporate Estate (Lingley Mere), Whitehaven (Cumbria), Kent House (Kendal) and the London Office.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 99000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
72
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
4
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no