UK-Leeds: Building and facilities management services.

UK-Leeds: Building and facilities management services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
University of Leeds
Purchasing Office, 29 - 31 Cromer Terrace, Leeds, LS2 9JT, United Kingdom
Tel. +44 1133437534, Email: r.trimble@adm.leeds.ac.uk
Contact: Richard Trimble
Main Address: www.leeds.ac.uk
NUTS Code: UKE42

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: NEXUS FM
Reference number: Z/3075

II.1.2) Main CPV code:
79993000 - Building and facilities management services.


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: The provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for NEXUS at the University.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 1,720,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKE42 - Leeds

Main site or place of performance:
Leeds


II.2.4) Description of the procurement: This tender is being conducted as an Restricted Procedure in compliance with regulation 28 of the Public Contract Regulation 2015. Selection questions will be applied and presented in the format of a Standard Questionnaire (SQ). The SQ is being used to test that suppliers meet minimum levels of suitability. All suppliers wishing to be considered for this contract must complete the SQ and submit this along with the tender submission.

II.2.5) Award criteria:
Quality criterion - Name: BUILDING MAINTENANCE SERVICES - ORGANISATION & OPERATIONAL METHODS / Weighting: 11
Quality criterion - Name: BUILDING MAINTENANCE SERVICES – SYSTEMS & PROCEDURES / Weighting: 11
Quality criterion - Name: TRAINING & QUALIFICATIONS / Weighting: 3
Quality criterion - Name: SUPPLY CHAIN / Weighting: 7
Quality criterion - Name: REPORTING, RECORDING & MONITORING / Weighting: 9
Quality criterion - Name: OCCUPIED PREMISES - CONDUCT, APPEARANCE & OPERATING / Weighting: 10
Quality criterion - Name: HEALTH & SAFETY / Weighting: 3
Quality criterion - Name: SUSTAINABILITY / Weighting: 7
Quality criterion - Name: CUSTOMER SATISFACTION & KEY PERFORMANCE INDICATORS (KPIs) / Weighting: 9

Cost criterion - Name: Cost Criteria / Weighting: 30


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: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the 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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Z/3075
Lot Number: Not Provided
Title: NEXUS FM

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 18/06/2018

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Integral UK Limited
720 Birchwood Boulevard, Birchwood, Warrington, WA3 7QZ, United Kingdom
Tel. +44 3333212216, Email: enquiries@integral.co.uk
NUTS Code: UKD61
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,700,000
Total value of the contract/lot: 1,720,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=328482353

VI.4) Procedures for review

VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.gov.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 20/06/2018