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