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

DBC (AL) Facilities Management Services

  • First published: 13 October 2024
  • Last modified: 13 October 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04a7d8
Published by:
Dacorum Borough Council
Authority ID:
AA23405
Publication date:
13 October 2024
Deadline date:
11 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Dacorum Borough Council

The Forum, Marlowes

Hemel Hempstead, Hertfordshire

HP1 1DN

UK

Contact person: Andrew Linden - Head of Commercial Housing Contracts

Telephone: +44 1442228263

E-mail: andrew.linden@dacorum.gov.uk

NUTS: UKH23

Internet address(es)

Main address: http://www.dacorum.gov.uk

Address of the buyer profile: http://www.dacorum.gov.uk/procurement

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DBC (AL) Facilities Management Services

Reference number: CPU00547a

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 6 650 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50700000

50000000

50800000

79710000

90910000

90911200

98341120

79993000

79993100

50710000

II.2.3) Place of performance

NUTS code:

UKH23


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.

II.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.

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: 6 650 000.00  GBP

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

Start: 04/09/2025

End: 03/09/2030

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.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

As set out in the SQ document.

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

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

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

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: No

IV.2) Administrative information

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

Date: 11/11/2024

Local time: 12:00

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

Date: 29/11/2024

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: Yes

Estimated timing for further notices to be published:

5 to 7 years.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

HP1 1DN

UK

VI.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.

VI.5) Date of dispatch of this notice

10/10/2024

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
90911200 Building-cleaning services Accommodation, building and window cleaning services
90910000 Cleaning services Cleaning and sanitation services
79993100 Facilities management services Building and facilities management services
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
98341120 Portering services Accommodation services
50000000 Repair and maintenance services Other Services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
79710000 Security services Investigation and security 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:
andrew.linden@dacorum.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.