Publication Date: 16/01/2025

Deadline Date: 31/05/2025

Reference: TKR-2025114-PRO-29122471

Value of Contact: £75,000.000

Estimated Annual Value: £75,000.000

Type of Procedure: Services Contract

Nature of Procurement: Contract Notice

Description:

Procurement Assist Limited is seeking service providers to take part in tendering for a place on a 60 month Dynamic Purchasing System for a Complete Facilities Management Service.
The DPS will be available for use by iFM Bolton and the whole public sector from across the United Kingdom. The DPS initial application period is 30 days but will remain open until 31 May 2025. Applications from service providers can be made at any time during this period.
The DPS is intended to be a fast route to market for Clients, with Clients not needing any further engagement with OJEU procurement processes.
Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2020/S 084-199995 to extend the DPS to 31 May 2029. The remaining information in relation to this DPS is unchanged.
II.1.5) Estimated total value:

Value excluding VAT:
75,000,000

Currency:
GBP
II.1.6) Information about lots:

This contract is divided into lots:
No
II.2) Description

II.2.2) Additional CPV codes:
79993100 – Facilities management services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement:
Including, but not limited to:
•A range of Hard and Soft Facilities Management services, such as (but not limited to) building management, inspections, surveys, cleaning, window cleaning, handyman services, pest control, waste management and recycling, CCTV and alarm monitoring. This is not an exhaustive list, but you can supply any one or multiples of service.
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:
75,000,000

Currency:
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:

Start:
/ End: 31/05/2029

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:
1

/ Maximum number:
100

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:To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5744A87396

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:
2020/S 084 – 199995
IV.2.2) Time limit for receipt of tenders or requests to participate

Date:
31/05/2029 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:01/06/2029
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 No
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://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Facilities-management-services./5744A87396
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5744A87396
VI.4) Procedures for review

VI.4.1) Review body:
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The High Court
Royal Court of justice, London, London, WC2A 2LL, United Kingdom
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:
The High Court
Royal Court of Justice, London, London, WC2A 2LL, United Kingdom

Awarding Authority:

Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton) Royal Bolton Hospital, Minerva Road, Farnworth Bolton BL4 0JR UK +44 3301281336 [email protected] http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/ http://www.procurementassist.co.uk