By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Wakefield Property and Facilities Management Project.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Council of the City of Wakefield
County Hall, Bond Street
For the attention of: Kevin Fisher
WF1 2QW Wakefield
United Kingdom
Telephone: +44 1924306490
E-mail:
Fax: +44 1924302971

Internet address(es):

General address of the contracting authority: www.wakefield.gov.uk

Electronic access to information: https://www.yortender.co.uk

Electronic submission of tenders and requests to participate: https://www.yortender.co.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

East Riding Of Yorkshire Council
County Hall
HU17 9BA Beverley, East Riding of Yorkshire
United Kingdom

Hambleton District Council
Civic Centre, Stone Cross
DL6 2UU Northallerton, North Yorkshire
United Kingdom

Harrogate Borough Council
Crescent Gardens
HG1 2SG Harrogate, North Yorkshire
United Kingdom

Hull City Council
Guildhall
HU1 2AA Hull
United Kingdom

Kirklees Metropolitan Borough Council
2nd Floor Civic Centre 3, Market Street
HD1 2YZ Huddersfield
United Kingdom

North East Lincolnshire Council
Municipal Offices, Town Hall Square
DN31 1HU Grimsby, North East Lincolnshire
United Kingdom

North Lincolnshire Council
Civic Centre, Ashby Road
DN16 1AB Scunthorpe
United Kingdom

North Yorkshire County Council
County Hall
DL3 8AD Northallerton, North Yorkshire
United Kingdom

Richmondshire County Council
Mercury House, Station Road
DL10 4JX Richmond, North Yorkshire
United Kingdom

Rotherham Metropolitan Council
Customer Services Centre, Riverside House, Main Street
S60 1AE Rotherham
United Kingdom

Rydale District Council
Ryedale House
YO17 7HH Malton, North Yorkshire
United Kingdom

Scarborough Borough Council
Town Hall, St Nicholas Street
YO11 2HG Scarborough, North Yorkshire
United Kingdom

Selby District Council
Civic Centre, Doncaster Road
YO8 9FT Selby, North Yorkshire
United Kingdom

Sheffield City Council
Town Hall, Pinstone Street
S1 2HH Sheffield
United Kingdom

City of York Council
West Offices, Station Rise
YO1 6GA York
United Kingdom

Wakefield and District Housing Limited (Company Number 4948519)
Merefield House, Whistler Drive
WF10 5HX Wakefield
United Kingdom

Yorkshire Purchasing Organisation (YPO)
41 Industrial Park
WF2 0XE Wakefield
United Kingdom

West Yorkshire Joint Services
PO Box 5, Nepshaw Lane South
LS27 0QP Morley
United Kingdom

Barnsley Metropolitan Borough Council
Civic Hall, Eldon Street
S70 2JL Barnsley
United Kingdom

City of Bradford Metropolitan Borough Council
City Hall
BD1 1HY Bradford
United Kingdom

Calderdale Council
Horton House, Horton Street
HX1 1PU Halifax
United Kingdom

Doncaster Metropolitan Borough Council
Civic Office, Waterdale
DN1 3BU Doncaster
United Kingdom

Craven District Council
1 Belle Vue Square, Broughton Road
BD23 1FJ Skipton, North Yorkshire
United Kingdom

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Wakefield Property and Facilities Management Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Wakefield.

NUTS code UKE43

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The Council of the City of Wakefield has undertaken a Competitive Dialogue procedure under the Public Contract Regulation 2006 (as amended) to procure both a public contract (‘the Contract’) and a framework agreement (‘the Framework Agreement’) (see below).
The Contract
The Contracting Authority has procured a contract for its own benefit and for others to whom it has an obligation to provide certain services. It is anticipated that the Contract will cover a wide range of services and some works elements (‘the Services’) including without limitation the following:
- Building Services;
- Property and Asset Management;
- Facilities Management;
- Catering;
- Cleaning;
- Miscellaneous building related services;
- Capital works projects (especially in relation to schools);
- Architectural design and related services.
This list is not exhaustive.
The Contract will commence on 31.10.2016 and be for an initial seven (7) year period, with an option to extend by up to a further three (3) years.
The Framework Agreement
In addition, the Contracting Authority has made the benefits of the Services delivered under the Contract available to publicly funded schools and other neighbouring public bodies in the area by procuring the Framework Agreement for the Services and services substantially similar to the Services. The Contracting Authority has acted as a central purchasing body through which the following organisations may choose, but shall not be obliged, to procure some or all of the Services using the Framework Agreement through a call off contract (‘Call Off Contract’):
(1) the other local authorities and publicly funded bodies that are identified in Annex A of this contract award notice (‘the Participating Bodies’); and
(2) all publicly-funded schools and other educational establishments within the geographical areas of the Contracting Authority and the Participating Bodies.
The Framework Agreement will commence on 31.10.2017 and be for a four (4) year period. The duration of individual Call Off Contracts will not necessarily be limited to four years but will be governed by the precise subject matter of the Call Off Contract concerned.
No guarantee or warranty has been given as to the nature or volume, if any, of the Services or the number of call offs, if any, under the Framework Agreement.
It should be noted that in addition to any change in the structure or identify of the Contracting Authority and / or the Participating Bodies in the event of re-structuring within local government, the Contract and Framework Agreement will pass to successor authorities to the Contracting Authority and the Participating Bodies as relevant and appropriate.
II.1.5)Common procurement vocabulary (CPV)

79993000, 79993100, 70330000, 70332200, 71315000, 71317210, 50000000, 50300000, 50710000, 45343000, 45112700, 55500000, 90900000, 90911100, 90922000, 90500000, 71314300, 79421000, 72253000, 48331000, 48421000, 48430000, 48445000, 15894210, 55524000, 70100000, 70220000, 70332000, 45259300, 50700000, 55320000, 55321000, 55322000, 71000000, 71200000, 71210000, 71220000, 71241000, 71242000, 71250000, 71317100, 90911200, 90919000, 90919300, 79710000, 50750000, 79992000, 64112000, 64122000, 98341120, 55523100, 45214200, 45210000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 60
2. Price. Weighting 40
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
YORE-9FJLTA
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 015-022759 of 22.1.2014

Contract notice

Notice number in the OJEU: 2014/S 039-064801 of 25.2.2014

Other previous publications

Notice number in the OJEU: 2014/S 043-071479 of 1.3.2014

Section V: Award of contract

V.1)Date of contract award decision:
26.7.2016
V.2)Information about offers
Number of offers received: 2
Number of offers received by electronic means: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Engie Services Ltd
Shared Services Centre, Q3 Office, Benton Lane
NE12 8EX Newcastle Upon Tyne
United Kingdom

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
1. Although Section II.1.2 identifies Service Category 14, the Contract and Framework Agreement relate to a wide-ranging Contract and it is possible that other Service Categories are also relevant, therefore please refer to the CPV Codes listed in Section II.1.5 as a more detailed description of the Services. In addition, the Services may contain some minor elements of Works.
2. Whilst Section II.1.2 identifies the main place of performance as being Wakefield, it should be noted that the Framework Agreement provides for the provision of the Services across the wider geographical area of Yorkshire and Humber (as represented by NUTS code UKE4).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

High Court,
Royal Courts of Justice The Strand London
WC2A 2LL London
United Kingdom

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority has incorporated a minimum ten (10) calendar day standstill period from the point when information in the award of the Contract and Framework Agreement was communicated to tenderers. If an appeal regarding the award of the Contract and / or Framework Agreement has not been successfully resolved, the Public Contract Regulations 2006 (SI 2006 No.5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by the breach of the rules to take legal action in the High Court. Any such action must be brought within the applicable limitation period.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
15.9.2016