Skip to main content.

University of Leeds: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the University of Leeds

  University of Leeds is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the University of Leeds
Notice type: Contract Notice
Authority: University of Leeds
Nature of contract: Services
Procedure: Restricted
Short Description: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the University of Leeds
Published: 20/12/2017 15:20
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Leeds
             Purchasing Office, 29 - 31 Cromer Terrace, Leeds, LS2 9JU, 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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Building-and-facilities-management-services./842U6K4865
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/842U6K4865 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the University of Leeds       
      Reference Number: Z/2542
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the
University of Leeds       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of 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:
            Criteria below
            Quality criterion - Name: BUILDING MAINTENANCE SERVICES - ORGANISATION & OPERATIONAL METHODS / Weighting: 10
            Quality criterion - Name: BUILDING MAINTENANCE SERVICES – SYSTEMS & PROCEDURES / Weighting: 10
            Quality criterion - Name: TRAINING & QUALIFICATIONS / Weighting: 4
            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: 4
            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.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      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        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/02/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Building-and-facilities-management-services./842U6K4865

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/842U6K4865
   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.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/12/2017

Annex A


View any Notice Addenda

View Award Notice

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, 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: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the University of Leeds            
      Reference number: Z/2542

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) at the Healthcare Facilities at the
University of Leeds

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,400,000
                  
         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: 10
      Quality criterion - Name: BUILDING MAINTENANCE SERVICES – SYSTEMS & PROCEDURES / Weighting: 10
      Quality criterion - Name: TRAINING & QUALIFICATIONS / Weighting: 4
      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: 4
      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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/06/2018

      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)
             Wates Smartspace, part of SES (Engineering Services) Ltd
             Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
             Tel. +44 07973641037, Email: adam.phillips@wates.co.uk
             NUTS Code: UKJ2
            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: 2,000,000          
         Total value of the contract/lot: 2,400,000
         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=331090464

   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: 09/07/2018