Skip to main content.

University of Leeds: The Provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for Residential Facilities at the University of Leeds.

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

Notice Summary
Title: The Provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for Residential Facilities at the University of Leeds.
Notice type: Contract Notice
Authority: University of Leeds
Nature of contract: Services
Procedure: Restricted
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
Published: 09/07/2018 16:27
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, 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.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./GRKMJNENM2
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: 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.1.5) Estimated total value:
      Value excluding VAT: 12,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: See Tender Documents for Details

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 – a proportion of residential properties as set out in the Service Matrix       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be initially awarded for 2 years extended annually for 2 further years subject to satisfactory performance
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      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       
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 codes:
      79993000 - Building and facilities management services.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of 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:
            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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be initially awarded for 2 years extended annually for 2 further years subject to satisfactory performance
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 - all residential properties as set out in the Service Matrix       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of 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:
            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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be initially awarded for 2 years extended annually for 2 further years subject to satisfactory performance
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 2               
         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: 09/08/2018
      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./GRKMJNENM2

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/GRKMJNENM2
   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: 09/07/2018

Annex A


View any Notice Addenda

The Provision of Building Maintenance Services (Planned Preventive Maintenance, Reactive Repairs & Planned Projects) for Residential Facilities at the University of Leeds.

UK-Leeds: Building and facilities management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       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

Section II: Object (as stated in the original notice)

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

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 18/09/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 225424   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 09/07/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.1          
         Lot No: 1          
         Place of text to be modified: Lot 1 – a proportion of residential properties as set out in the Service Matrix          
         Instead of: Lot 1 – a proportion of residential properties as set out in the Service Matrix          
         Read: Lot 1 – all residential properties as set out in the Service Matrix
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.1          
         Lot No: 3          
         Place of text to be modified: Lot 3 — all residential properties as set out in the Service Matrix          
         Instead of: Lot 3 — all residential properties as set out in the Service Matrix          
         Read: Lot 3 - a proportion of residential properties as set out in the Service Matrix
                                    
   
VII.2) Other 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=346160921


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, 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