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 9JU, United Kingdom
Tel. +44 1133437534, Fax. +44 1133431036, Email: r.trimble@adm.leeds.ac.uk
Contact: Richard Trimble
Main Address: www.leeds.ac.uk/purchasing, Address of the buyer profile: www.leeds.ac.uk/purchasing
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: The Provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for Residential Facilities at the University of Leeds.
Reference number: Z/2323

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


II.1.3) Type of contract: SERVICES

II.1.4) Short description: You are invited to submit a tender for the provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for Residential Facilities at the University of Leeds to the department of Facilities Directorate at the University of Leeds.

The requirement is in either a single Lot or two Lots. Tenderers must submit prices for each of the following:
•Lot 1 – all residential properties as set out in the Service Matrix
•Lot 2 – a proportion of residential properties as set out in the Service Matrix
•Lot 3 - a proportion of residential properties as set out in the Service Matrix

The University of Leeds will award the contract as follows:

Lot 1 – awarded to a single tenderer
Or
Lots 2 & 3 – each awarded to separate tenderers

CONTRACT LENGTH:2 + 1 + 1. The contract will be initially awarded for 2 years extended annually for 2 further years subject to satisfactory performance

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 12,000,000

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:Lot 1 – all residential properties as set out in the Service Matrix
Lot No:1

II.2.2) Additional CPV code(s):
79993000 - Building and facilities management services.


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

Main site or place of performance:
Leeds


II.2.4) Description of the procurement: The University of Leeds needs to utilise the Restricted Procedure as defined under Regulation 28. Failure to meet external demands on the programme may jeopardise the overall project. Selection questions will be applied and presented in the format of a Standard Selection Questionnaire (SQ). The SQ is being used to test that Tenderers meet minimum levels of suitability. All Tenderers wishing to be considered for this contract must complete the SQ.

II.2.5) Award criteria:
Quality criterion - Name: 1. Facilities Management Services - Organisation & Operational Methods / Weighting: 12
Quality criterion - Name: 2. Facilities Management Services – Systems & Procedures / Weighting: 11
Quality criterion - Name: 3. Training & Qualifications / Weighting: 4
Quality criterion - Name: 4. Supply Chain / Weighting: 7
Quality criterion - Name: 5. Reporting, Recording & Monitoring / Weighting: 9
Quality criterion - Name: 6. Occupied Premises - Conduct, Appearance & Operating / Weighting: 9
Quality criterion - Name: 7. Health & Safety / Weighting: 5
Quality criterion - Name: 8a. Sustainability / Weighting: 4
Quality criterion - Name: 8b. Sustainability / Weighting: 4
Quality criterion - Name: 9. Customer Satisfaction & Key Performance Indicators (KPIs) / Weighting: 7

Price - 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

II.2) Description (lot no. 2)


II.2.1) Title:Lot 2 – a proportion of residential properties as set out in the Service Matrix
Lot No:2

II.2.2) Additional CPV code(s):
79993000 - Building and facilities management services.


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

Main site or place of performance:
Leeds


II.2.4) Description of the procurement: The University of Leeds needs to utilise the Restricted Procedure as defined under Regulation 28. Failure to meet external demands on the programme may jeopardise the overall project. Selection questions will be applied and presented in the format of a Standard Selection Questionnaire (SQ). The SQ is being used to test that Tenderers meet minimum levels of suitability. All Tenderers wishing to be considered for this contract must complete the SQ.

II.2.5) Award criteria:
Not Provided

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

II.2) Description (lot no. 3)


II.2.1) Title:Lot 3 - a proportion of residential properties as set out in the Service Matrix
Lot No:3

II.2.2) Additional CPV code(s):
79993000 - Building and facilities management services.


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

Main site or place of performance:
Leeds


II.2.4) Description of the procurement: The University of Leeds needs to utilise the Restricted Procedure as defined under Regulation 28. Failure to meet external demands on the programme may jeopardise the overall project. Selection questions will be applied and presented in the format of a Standard Selection Questionnaire (SQ). The SQ is being used to test that Tenderers meet minimum levels of suitability. All Tenderers wishing to be considered for this contract must complete the SQ.

II.2.5) Award criteria:
Not Provided

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: Not Provided
Lot Number: 1
Title: Lot 1 – all residential properties as set out in the Service Matrix

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 19/02/2019

V.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received from SMEs: 15 (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: 15

V.2.3) Name and address of the contractor

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

Contractor (No.1)
GRAHAM ASSET MANAGEMENT LTD T/A GRAHAM
5 BALLYGOWAN ROAD, HILLSBOROUGH, COUNTY DOWN, BT26 6HX, United Kingdom
Tel. +44 02890684586, Email: info@graham.co.uk
Internet address: https://www.graham.co.uk
NUTS Code: UKN06
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,000,000
Lowest offer: 13,090,000 / Highest offer: 20,744,000
Currency: GBP

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


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: 2
Title: a proportion of residential properties as set out in the Service Matrix

A contract/lot is awarded: No

V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected


Award Of Contract (No.3)

Contract No: Not Provided
Lot Number: 3
Title: a proportion of residential properties as set out in the Service Matrix

A contract/lot is awarded: No

V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

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=380717429

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: 08/04/2019