Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)HM Revenue & Customs
Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street
For the attention of: Debi Barraclough
M60 9LA Salford
UNITED KINGDOM
Telephone: +44 1618270025
E-mail:
Fax: +44 1618270270
Internet address(es):
General address of the contracting authority: www.hmrc.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityOther: Direct, Indirect Taxes
I.4)Contract award on behalf of other contracting authorities
Section II.B: Object of the contract (Supplies or services)
II.1)Title attributed to the contract by the contracting authority:UK-Salford: Facilities Management Services
II.2)Type of contract and place of delivery or of performanceService category No 27: Other services
NUTS code UK
II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:The purpose of this Prior Information Notice (PIN) is: (a) to give potential tenderers advance notice that HM Revenue & Customs (HMRC) currently intend to undertake a tendering exercise for Facilities Management Services at 3 offices located in Glasgow. Edinburgh and Salford, further details of which are given below, and (b) to advise potential tenderers of an upcoming Supplier Event which will be held on 6.3.2013 in Salford. The requirement is for a facilities management supplier to manage the facilities in line with current ISO standards at three of HMRC's offices: (a) Elgin House, 20 Haymarket Yards, Edinburgh, Scotland, EH12 5WN; (b) Cotton House, 7 Cochrane Street, Glasgow, G1 1GY; and (c) Trinity Bridge House, 2 Dearmans Place, Salford, M3 5BS. The supplier(s) would be required to manage (in accordance with the relevant ISO standards) the following: 1. Managed Services provision, which will include, but may not be limited to: (a) Health and Safety and Fire Safety Management; (b) Safe Systems of Work, including ‘Permit to Work' processes; (c) Special Needs Services and Equality Act 2010 building/facilities management related compliance and Reasonable Adjustments for Authority Staff; (d) Risk Management; (e) Environmental Management; and (f) Statutory Compliance. 2. Helpdesk and Computer Aided Facilities Management System. 3. Hard Facilities Management, which will include, but may not be limited to: (a) Repair and replacement of all defective or non-serviceable parts; (b) Maintenance of all external and internal areas, all structures, fabric, finishes and fixtures and fittings; (c) Maintenance of mechanical and electrical services and systems; (d) Portable Appliance Testing; (e) Maintenance of portable fire fighting equipment; and (f) Reporting requirements for health and safety, including a suitable reporting form for use on reporting site related incidents and security systems. 4. Soft Facilities Management Services, which may consist of (a) Catering; (b) Cleaning; (c) Pest Control; (d) Waste Management; (e) Reception Services; and (f) Security Services. Further details about the requirement will be available at the Supplier Event.
II.5)Common procurement vocabulary (CPV) II.6)Scheduled date for start of award procedures
II.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:Due to the expected interest in the Supplier Event, places are restricted to a maximum of two persons per organisation. To book a place at the Supplier Event on 6.3.2013, please send an email to Debi Barraclough () confirming (a) brief details of your organisation and (b) the names of those attending on the organisation's behalf. Please notify your interest as soon as possible and no later than 12:00 (noon) on 5.3.2013. Respondents will be provided with further details of the venue, timings, etc in advance of the Event.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the Contract Notice and/or in the tender documentation. Potential tenderers should be aware, however, that they may be required to forward the following information: (a) a copy of the most recent audited accounts covering the tenderer's last 3 years of trading (or for the period that is available if trading for less than 3 years) or (b) for the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the tenderer's turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.
III.2)Conditions for participation
III.2.1)Information about reserved contracts
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information: VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:25.2.2013