Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Leicestershire County Council Facilities Management

  • First published: 26 March 2024
  • Last modified: 26 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044ca5
Published by:
Leicestershire County Council
Authority ID:
AA20653
Publication date:
26 March 2024
Deadline date:
25 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is undertaking a procurement exercise to appoint either a single Supplier or multiple Suppliers for Facilities Management (FM) services to its entire corporate property estate across Leicestershire. This ‘Corporate Provision’ is funded via the Council’s own internal budgets.

The successful supplier(s) will also deliver services to the Council’s external customers (e.g. schools, academies, district councils, police forces, fire brigades etc.) The Council effectively trades these FM services to generate income and this ‘Traded Provision’ is funded via the individual budgets of the external customers. These external customers are located within Leicestershire and the East and West Midlands. This contract will be split into 2 sperate contracts (Contract 1 and Contract 2). For each contract, the 6 highest scorers for each lot will progress to the 2nd stage of the process and will be invited to tender. The Council reserves the right to progress less than 6 bidders to stage 2 at its discretion. Should any of the top 6 bidders not meet the minimum requirements, the Council reserves the right to progress less than 6 bidders to stage 2. The value is based on historic 7 year data, Due to the service being demand led the Council does not guarantee any level of work and the value should only be used a s a guide.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

UK

Contact person: Ms Pav Kaur

Telephone: +44 1163056855

E-mail: pavendip.kaur@leics.gov.uk

NUTS: UKF2

Internet address(es)

Main address: https://www.eastmidstenders.org/index.html

Address of the buyer profile: https://www.eastmidstenders.org/index.html

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=657c4730-adea-ee11-8127-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=657c4730-adea-ee11-8127-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Facilities Management Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Leicestershire County Council Facilities Management

Reference number: DN688055

II.1.2) Main CPV code

79990000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is undertaking a procurement exercise to appoint either a single Supplier or multiple Suppliers for Facilities Management (FM) services to its entire corporate property estate across Leicestershire. This ‘Corporate Provision’ is funded via the Council’s own internal budgets.

The successful supplier(s) will also deliver services to the Council’s external customers (e.g. schools, academies, district councils, police forces, fire brigades etc.) The Council effectively trades these FM services to generate income and this ‘Traded Provision’ is funded via the individual budgets of the external customers. These external customers are located within Leicestershire and the East and West Midlands. This contract will be split into 2 sperate contracts (Contract 1 and Contract 2). For each contract, the 6 highest scorers for each lot will progress to the 2nd stage of the process and will be invited to tender. The Council reserves the right to progress less than 6 bidders to stage 2 at its discretion. Should any of the top 6 bidders not meet the minimum requirements, the Council reserves the right to progress less than 6 bidders to stage 2. The value is based on historic 7 year data, Due to the service being demand led the Council does not guarantee any level of work and the value should only be used a s a guide.

II.1.5) Estimated total value

Value excluding VAT: 35 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Window Cleaning

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 1 - Lot 1 - Window Cleaning,

External & internal cleaning at various heights to numerous Leicestershire County Council locations and partner sites. additional one-off requests for cleaning of external & internal canopies and similar structures which may include use of powered access equipment.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 238 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 No: 2

II.2.1) Title

Lot 2 – Waste,

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 1 - Lot 2 – Waste - Schedule collections at a large proportion of Leicestershire County Council venues including school kitchens, partner sites Schools & Academies, reactive & one-off collections for specialist removal & public events.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 905 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 No: 3

II.2.1) Title

Lot 3 – Specialist Cleaning.

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 1 - Lot 3 – Specialist Cleaning.- Majority of works to facilitate high level cleaning of catering kitchens (walls ceiling, canopies for example), reactive requests may include summer cleaning during school closures, clearing gutters & flat roofs, sharps removals, House clearances, Graffiti removal, illegally disposed waste, Infection control cleaning, Solar Panel cleaning.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 365 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 06 October 2024 and expire 05 October 2029.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 No: 4

II.2.1) Title

Lot 4 Cleaning, Housekeeping & Laundry Services

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 2 - Lot 4 – Building Cleaning, Housekeeping & Laundry Services - Cleaning to a variety of Leicestershire County Council public & non-public buildings, LCC partner sites including schools & Academies, Police & Fire Service locations, the latter requiring a Housekeeping & Laundry service

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 No: 5

II.2.1) Title

Lot 5 Grounds Maintenance

II.2.2) Additional CPV code(s)

77000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 2 - Lot 5 - Grounds Maintenance,- Horticultural & playing field service to numerous Leicestershire County Council locations, LCC partner sites including Schools & Academies, Police & Fire service, Councils, National Forest sites

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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 No: 6

II.2.1) Title

Lot 6 – Security & Key Holding,

II.2.2) Additional CPV code(s)

79000000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Contract 2 - Lot 6 – Security & Key Holding - Keyholding, static, out of hours helpdesk cover and reactive services to Leicestershire County Council buildings & locations, plus partner sites Schools & Academies, Community Libraries

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is for five (5) years and is estimated to commence 01 April 2025 and expire 31 March 2030.

There will be an option to extend the contract for a further twenty-four (24) months in increments, subject to satisfactory performance and business needs. Maximum contract period is seven (7) years. The value referenced for each lot is based on a 7 year term

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

In the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/04/2024

Local time: 12:00

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

Date: 13/05/2024

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

25/03/2024

Coding

Commodity categories

ID Title Parent category
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pavendip.kaur@leics.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.