Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
UK
Contact person: Ms Louise Wood
Telephone: +44 151
E-mail: louise.wood@liverpool.gov.uk
NUTS: UKD72
Internet address(es)
Main address: http://www.liverpool.gov.uk
Address of the buyer profile: http://www.liverpool.gov.uk
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
Hard FM - Mechanical and Electrical Services
Reference number: DN694915
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
LCC’s Facilities Management Service (FMS) provide planned and reactive maintenance services to the Council’s operational and vacant property and built environment assets, either directly or on behalf of the Council’s service areas. The Council’s property portfolio ranges from Council offices and publicly accessed properties and venues, commercial and retail premises, and properties. In addition, FMS are responsible for the maintenance of Council owned land boundaries (e.g., walls and fences) and monuments.
The scope of the requirement is for the provision of planned and reactive maintenance and repairs of Mechanical & Electrical Services covering approximately 250 sites, of which around 110 sites represent operational buildings (offices, libraries, sports centres, heritage venues, etc.) and other sites include public park buildings, retail space and allotments, etc.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
10 929 190.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50000000
50710000
79993000
II.2.3) Place of performance
NUTS code:
UKD72
II.2.4) Description of the procurement
LCC’s Facilities Management Service (FMS) provide planned and reactive maintenance services to the Council’s operational and vacant property and built environment assets, either directly or on behalf of the Council’s service areas. The Council’s property portfolio ranges from Council offices and publicly accessed properties and venues, commercial and retail premises, and properties. In addition, FMS are responsible for the maintenance of Council owned land boundaries (e.g., walls and fences) and monuments.
The scope of the requirement is for the provision of planned and reactive maintenance and repairs of Mechanical & Electrical Services covering approximately 250 sites, of which around 110 sites represent operational buildings (offices, libraries, sports centres, heritage venues, etc.) and other sites include public park buildings, retail space and allotments, etc.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Cost criterion: Commercial
/ Weighting: 60
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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-031076
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/09/2024
V.2.2) Information about tenders
Number of tenders received: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Graham Asset Managment T/A Graham Facilities Management
20 Wildflower Way
Belfast
BT12 6TA
UK
NUTS: UKN
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 10 929 190.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Institution of Chartered Surveyors London
London
UK
VI.5) Date of dispatch of this notice
11/10/2024