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

Prior information 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: John Nortcliffe
WF1 2QW Wakefield
UNITED KINGDOM
Telephone: +44 1924307819
E-mail:

Internet address(es):

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

Further information can be obtained from: The Council of the City of Wakefield
Wakefield One, P.O. Box 700, Burton Street
For the attention of: Karen Middlebrook
WF1 2EB Wakefield
UNITED KINGDOM
Telephone: +44 1924306969
E-mail:

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

Section II.B: Object of the contract (Supplies or services)

II.1)Title attributed to the contract by the contracting authority:
Wakefield Property and Facilities Management Project
II.2)Type of contract and place of delivery or of performance
Service category No 14: Building-cleaning services and property management services

NUTS code UKE4

II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:
As part of its Transformation Agenda, the Council of the City of Wakefield ("the Contracting Authority") is undertaking a Property and Facilities Management Project.
The Contracting Authority intends to use the competitive dialogue procedure of the Public Contracts Regulations 2006 (as amended) to procure itself a public contract (or contracts) ("the Contract") with a linked framework agreement attached as an additional but secondary and separate component (see below).
The Contract will cover a wide range of services ("the Services") including without limitation the following:
- Building Services;
- Property and Asset Management;
- Facilities Management;
- Catering (primarily school meals);
- Cleaning;
- Miscellaneous building related services;
- Architectural design and related services.
With the exception of Architectural Design Services (and a number of smaller elements of the services provided by contractors), all of the above services are currently provided in-house by the Contracting Authority. The Contracting Authority is seeking innovative, economically efficient and forward-thinking solutions for the delivery of the Services by an economic operator in a way that will maximise the benefits to the Contracting Authority, all service users and the wider community.
Economic Operators shall note that the current main "customers" (other than itself and residents) to which the Contracting Authority provides these Services are schools and educational establishments within its area who are entitled but not required to obtain these Services from the Contracting Authority. It is envisaged that similar arrangements will continue to operate as part of the new contract and further details will be set out in the contract notice and tender documentation.
It is anticipated that services delivered under the Contract will commence on or around 1.7.2015.
It is intended that the Contract will be approximately 10 years in duration, with the possibility that this contract period may be extended by the Contracting Authority and full details of these arrangements will be set out in the contract notice and tender documentation.
The Contracting Authority therefore intends shortly to invite expressions of interest from economic operators in this procurement by placing a contract notice in the Official Journal of the European Union.
The successful tenderer may be required to enter into a joint venture arrangement or a more straightforward contractual arrangement with the Contracting Authority. Full details of the Contracting Authority's requirements will be set out in the contract notice and tender documentation.
The Contracting Authority is also exploring the possibility of establishing a framework so that other contracting authorities such as other local authorities in the Yorkshire and Humber areas and publicly funded schools may call off similar property and facilities management services. Full details of any framework agreement(s) including the identity of any participating authorities will be set out in the contract notice and the tender documentation.
The work set out in this notice has been categorised as services under Service Category 14, but economic operators will note that the Contract will contain some elements of works.
Estimated cost excluding VAT:
Range: between 160 000 000 and 320 000 000 GBP

Lots

This contract is divided into lots: no
II.5)Common procurement vocabulary (CPV)

79993000, 79993100, 70330000, 70332200, 71315000, 71317210, 50000000, 50300000, 50710000, 45343000, 45112700, 55500000, 55300000, 90900000, 90911100, 90922000, 90500000, 71314300, 79421000, 72253000, 48331000, 48421000, 48430000, 48445000, 15894210, 55524000, 70100000, 70220000, 70332000, 45259000, 45259300, 50700000, 55320000, 55321000, 55322000, 55330000, 71000000, 71200000, 71210000, 71220000, 71241000, 71242000, 71250000, 71317100, 90911200, 90919000, 90919300, 79710000, 50750000, 79992000, 64112000, 64122000, 98341120

II.6)Scheduled date for start of award procedures
24.2.2014
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:
Economic operators shall note that the values stated in II.4 above relate to the estimated combined contract values of the Contracting Authority and schools in the Contracting Authority's area which may be split between a service contract and a framework agreement. The anticipated value of work under a service contract and any related framework agreement (which shall include in addition the anticipate requirements of other contracting authorities) shall be set out in the contract notice.
Economic operators shall note that whilst the Contracting Authority seeks to procure a public services contract for the provision of its services, the procurement may also involve the establishment of a framework through which other contracting authorities and schools would have access to the Services (see section II.4 above).
Whilst the Contracting Authority has identified West Yorkshire as the main place of delivery in section II.2, the Contracting Authority anticipates making the services available to local authorities and publicly-funded schools in the Yorkshire and Humber areas (NUTS code UKE). Full details will appear in the contract notice.

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:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

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:
The Contracting Authority reserves the right to amend the timescales set out in this notice and final details will be set out in the contract notices and tender documentation. The final scope and specification of the Services will be developed and finalised in the tender documentation and during the Competitive Dialogue process.
The Contracting Authority anticipates that the Acquired Rights Directive as implemented in the United Kingdom by the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) shall apply to the award of the Contract which may therefore involve a transfer of a significant number of Contracting Authority staff to the new provider.
This notice is intended to notify economic operators of the Contracting Authorities intention to commence the procurement process set out in this notice, and is no guarantee, warranty or assurance that the Contracting Authority will carry out such a process at all or to its completion. The Contracting Authority reserves the right not to pursue this procurement process or award any contract in respect of the Services (or to award contracts in respect of only parts of the Services). This notice is not in itself a call to competition to procure any works, services or supplies for the Contracting Authority and the Contracting Authority is not bound to accept any proposals offered.
VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
20.1.2014