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

676_25 Total Facilities Management

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04977b
Published by:
ESPO
Authority ID:
AA71779
Publication date:
12 March 2025
Deadline date:
11 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This framework intends to provide a national solution that offers customers a route to market for a complete facilities management service comprising of hard and/or soft FM services depending on each individual customer requirement.

The framework is split into the following Lots depending on the annual contract value for each customer contract:

• Lot 1 - Annual Customer Contract Value of £0 - £999,999

• Lot 2 - Annual Customer Contract Value of £1,000,000 - £4,999,999

• Lot 3 - Annual Customer Contract Value of £5,000,000 and above

To tender:

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '676_25' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest (if not already completed via the previously Published PIN); (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

UK

Contact person: Place & Environment Procurement Team

E-mail: tenders@espo.org

NUTS: UKF22

Internet address(es)

Main address: https://www.espo.org/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.eastmidstenders.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.eastmidstenders.org/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Local Authority Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

676_25 Total Facilities Management

Reference number: 676_25

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

This framework intends to provide a national solution that offers customers a route to market for a complete facilities management service comprising of hard and/or soft FM services depending on each individual customer requirement.

The framework is split into the following Lots depending on the annual contract value for each customer contract:

• Lot 1 - Annual Customer Contract Value of £0 - £999,999

• Lot 2 - Annual Customer Contract Value of £1,000,000 - £4,999,999

• Lot 3 - Annual Customer Contract Value of £5,000,000 and above

To tender:

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '676_25' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest (if not already completed via the previously Published PIN); (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  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 - Annual Customer Contract Value of £0 - £999,999

II.2.2) Additional CPV code(s)

09300000

35100000

45000000

48000000

50000000

55300000

55500000

63712400

64100000

71314000

71315100

71317210

72253000

72514300

77211500

77310000

79710000

79952000

79992000

79993000

90500000

90700000

90900000

98310000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of a total facilities management service solution with annual contract values of £0 - £999,999. There is no specified limit on the number of years that contracts under this Lot can run for.

II.2.5) Award criteria

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

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

Start: 01/05/2025

End: 30/04/2027

This contract is subject to renewal: No

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: Yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated include the option period.

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 - Annual Customer Contract Value of £1,000,000 - £4,999,999

II.2.2) Additional CPV code(s)

09300000

35100000

45000000

48000000

50000000

55300000

55500000

63712400

64100000

71314000

71315100

71317210

72253000

72514300

77211500

77310000

79710000

79952000

79992000

79993000

90500000

90700000

90900000

98310000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of a total facilities management service solution with annual contract values of £1,000,000 and £4,999,999. There is no specified limit on the number of years that contracts under this Lot can run for.

II.2.5) Award criteria

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

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

Start: 01/05/2025

End: 30/04/2027

This contract is subject to renewal: No

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: Yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated include the option period.

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 - Annual Customer Contract Value of £5,000,000 and above

II.2.2) Additional CPV code(s)

09300000

35100000

45000000

48000000

50000000

55300000

55500000

63712400

64100000

71314000

71315100

71317210

72253000

72514300

77211500

77310000

79710000

79952000

79992000

79993000

90500000

90700000

90900000

98310000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of a total facilities management service solution with annual contract values of £5,000,000 and above. There is no specified limit on the number of years that contracts under this Lot can run for.

II.2.5) Award criteria

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

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

Start: 01/05/2025

End: 30/04/2027

This contract is subject to renewal: No

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: Yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated include the option period.

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

ESPO shall monitor the financial stability of the awarded suppliers during the period of the framework agreement by reference to credit rating agency reports. ESPO shall obtain a credit score for the supplier on or before the framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework Agreement, ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the Supplier from the Framework Agreement.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-028041

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

Date: 11/03/2025

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2025

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

06/02/2025

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
71315100 Building-fabric consultancy services Building services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
45000000 Construction work Construction and Real Estate
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
71314000 Energy and related services Consultative engineering and construction services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
79952000 Event services Exhibition, fair and congress organisation services
79993100 Facilities management services Building and facilities management services
72514300 Facilities management services for computer systems maintenance Computer facilities management services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
72253000 Helpdesk and support services System and support services
63712400 Parking services Support services for road transport
77310000 Planting and maintenance services of green areas Horticultural services
64100000 Post and courier services Postal and telecommunications services
79992000 Reception services Miscellaneous business-related services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50000000 Repair and maintenance services Other Services
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services
79710000 Security services Investigation and security services
48000000 Software package and information systems Computer and Related Services
77211500 Tree-maintenance services Services incidental to logging
98310000 Washing and dry-cleaning services Miscellaneous services

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:
tenders@espo.org
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.