Stotles logo
Closed

DOF 4865439 PAN GOVERNMENT PROPERTY MAINTENANCE FRAMEWORK 2024

Published

Value

88,000,000 GBP

Description

Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: • Planned Preventative Maintenance (Ppm) Works; • Remedial Maintenance; • Reactive Maintenance; And • Projects Up To A Value Of £75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients’ asset portfolios and current budget constraints. Lot 1: Lot 1 - Property Maintenance Contractor – North Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: • Planned Preventative Maintenance (Ppm) Works; • Remedial Maintenance; • Reactive Maintenance; And • Projects Up To A Value Of £75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients’ asset portfolios and current budget constraints. Additional information: Lot 1 - Property Maintenance Contractor – North . The Authority wishes. to appoint six Economic Operators (EOs) to enter into a Pan Government Collaborative Property Maintenance Framework Agreement. 2024 (hereafter referred to as ‘the Agreement’). One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. The. Agreement will provide the following property maintenance services to the Northern Ireland Government estate:. • planned preventative. maintenance (PPM) works;. • remedial maintenance; . • reactive maintenance; and. • projects up to a value of £75,000, including design. services as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.. Document 6 of 7 (Affected Property) provides details of the geographic areas and associated Government properties. . • Lot 1 - Property. Maintenance Contractor – North . • Lot 2 - Property Maintenance Contractor – South . • Lot 3 - Property Maintenance Contractor – West.. • Lot 1R - Property Maintenance Contractor – North – RESERVE. • Lot 2R - Property Maintenance Contractor – South – RESERVE . • Lot. 3R – Property Maintenance Contractor – West – RESERVE. . No services will be delivered through the Agreement. On entering into the. Agreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts (FMC). as the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.. Schedule 10 of the Agreement details the ‘Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - £6m - £8m per annum.. Lot 2 South - £6m - £7.5m per annum.. Lot 3 West - £5m - £6.5m per annum.. However, the appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients’ asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the time of appointment to the Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reserve contract as a Service Provider.. . . . The Agreement will be available for use by public sector organisations requiring property related services. in Northern Ireland including:- . . • Government Departments and their Agencies;. • Non-departmental Public Bodies;. • Other Contracting. Authorities . . It is anticipated that most of the services will be in relation to:. . • office estate;. • courts;. • workshops;. • laboratories;. •. agricultural facilities;. • colleges and associated sleeping accommodation. • forest facilities;. • storage facilities;. • amenity facilities;. • sports. facilities;. • historic buildings and monuments; . • business/industrial units . • port facilities; and . • vehicle test centres. The Agreement. and associated FMCs will provide property maintenance services as described above and as set out below.. PPM Service Orders will. require the Service Provider to undertake scheduled visits to service systems and equipment to minimise breakdowns, ensure business. continuity, and compliance with relevant statutory, regulatory, and other authoritative requirements, as specified in the Scope. This will. include scheduled routine inspection, testing, servicing and reporting on the components and systems as set out in S2023 SFG20 Core &. Custom Schedules.. Remedial Service Orders will require the Service Provider to undertake repairs to buildings or to replace equipment. and systems identified by the Service Provider during a PPM Service Order.. Reactive Service Orders will require the Service Provider to. undertake repairs to buildings, equipment, mechanical & electrical systems within a defined timescale. Historical data on the nature and. volume of reactive Service Orders in 2022/23 is provided at Annex E. Economic Operators should note that this historical information. does not necessarily indicate the level of reactive Service Orders that will be issued as part of this Agreement, but merely provides a broad. indicator of potential reactive Service Orders. . . Projects will be instructed in accordance with the terms of the FMC, through the issue. of a Project Order. These works relate to building, mechanical, electrical, painting and/or specialist construction works projects to meet. specific client requirements. Project Orders will not normally exceed £75,000.00 and may also include design services.. . Lot 2: Lot 2 - Property Maintenance Contractor - South Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: • Planned Preventative Maintenance (Ppm) Works; • Remedial Maintenance; • Reactive Maintenance; And • Projects Up To A Value Of £75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients’ asset portfolios and current budget constraints. Additional information: Lot 2 - Property Maintenance Contractor – South . The Authority wishes. to appoint six Economic Operators (EOs) to enter into a Pan Government Collaborative Property Maintenance Framework Agreement. 2024 (hereafter referred to as ‘the Agreement’). One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. The. Agreement will provide the following property maintenance services to the Northern Ireland Government estate:. • planned preventative. maintenance (PPM) works;. • remedial maintenance; . • reactive maintenance; and. • projects up to a value of £75,000, including design. services as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.. Document 6 of 7 (Affected Property) provides details of the geographic areas and associated Government properties. . • Lot 1 - Property. Maintenance Contractor – North . • Lot 2 - Property Maintenance Contractor – South . • Lot 3 - Property Maintenance Contractor – West.. • Lot 1R - Property Maintenance Contractor – North – RESERVE. • Lot 2R - Property Maintenance Contractor – South – RESERVE . • Lot. 3R – Property Maintenance Contractor – West – RESERVE. . No services will be delivered through the Agreement. On entering into the. Agreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts (FMC). as the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.. Schedule 10 of the Agreement details the ‘Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - £6m - £8m per annum.. Lot. 2 South - £6m - £7.5m per annum.. Lot 3 West - £5m - £6.5m per annum.. However, the appointment of a Contractor to the Agreement. is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where. appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on. Clients’ asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through. the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the time of appointment to the. Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reserve contract as a Service. Provider.. . Lot 3: Lot 3 - Property Maintenance Contractor – West Framework Agreement For The Provision Of Property Maintenance Services To The Northern Ireland Government Estate To Include: • Planned Preventative Maintenance (Ppm) Works; • Remedial Maintenance; • Reactive Maintenance; And • Projects Up To A Value Of £75,000, Including Design Services As Necessary. The Agreement Will Comprise Three Lots By Geographic Areas Of Northern Ireland - North, South And West. No Services Will Be Delivered Through The Agreement. On Entering Into The Agreement, The Appointed Contractor Will Also Be Entering Into Multiple Nec4 Facilities Management Contracts. The appointment of a Contractor to the Agreement is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on Clients’ asset portfolios and current budget constraints. Additional information: Lot 3 - Property Maintenance Contractor – West . The Authority wishes. to appoint six Economic Operators (EOs) to enter into a Pan Government Collaborative Property Maintenance Framework Agreement. 2024 (hereafter referred to as ‘the Agreement’). One Economic Operator will be appointed for Lot 1, Lot 2 and Lot 3 respectively.. The. Agreement will provide the following property maintenance services to the Northern Ireland Government estate:. • planned preventative. maintenance (PPM) works;. • remedial maintenance; . • reactive maintenance; and. • projects up to a value of £75,000, including design. services as necessary.. . The Agreement will comprise three geographic areas of Northern Ireland - North, South and West as listed below.. Document 6 of 7 (Affected Property) provides details of the geographic areas and associated Government properties. . • Lot 1 - Property. Maintenance Contractor – North . • Lot 2 - Property Maintenance Contractor – South . • Lot 3 - Property Maintenance Contractor – West.. • Lot 1R - Property Maintenance Contractor – North – RESERVE. • Lot 2R - Property Maintenance Contractor – South – RESERVE . • Lot. 3R – Property Maintenance Contractor – West – RESERVE. . No services will be delivered through the Agreement. On entering into the. Agreement, each Contractor appointed to Lots 1, 2, and 3 will also be entering into multiple NEC4 Facilities Management Contracts (FMC). as the Service Provider, one with each Client. Please refer to Schedule 5 of the Agreement for details of contract award procedures.. Schedule 10 of the Agreement details the ‘Client Group' who will enter into FMCs with the Contractor for each Lot. . It is estimated that the aggregated value of services to be delivered through each individual Lot is as detailed below: . Lot 1 North - £6m - £8m per annum.. Lot. 2 South - £6m - £7.5m per annum.. Lot 3 West - £5m - £6.5m per annum.. However, the appointment of a Contractor to the Agreement. is not a guarantee of any future workload, but demonstrates an intention to utilise the appointed Contractors to provide services where. appropriate. The overall volume and value of property services that will be delivered through the NEC4 FMCs will be wholly dependent on. Clients’ asset portfolios. The current budget constraints are anticipated to influence the volume of services and works delivered through. the NEC4 FMCs. The Reserve Contractors for Lots 1R, 2R and 3R will not enter into any NEC4 FMCs at the time of appointment to the. Agreement. Schedule 5 of the Agreement details the procedure by which an FMC would be awarded a Reserve contract as a Service. Provider.. .

Timeline

Publish date

a year ago

Close date

a year ago

Buyer information

Department of Finance

Contact:
CPD Procurement Operations Branch
Email:
Construct.Info@finance-ni.gov.uk

Explore contracts and tenders relating to Department of Finance

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Department of Finance

Explore more open tenders, recent contract awards and upcoming contract expiries published by Department of Finance.

Explore more suppliers to Department of Finance

Sign up