Tender

Total Facilities Management

ESSEX COUNTY COUNCIL

This public procurement record has 5 releases in its history.

Tender

24 Nov 2025 at 14:23

PlanningUpdate

06 Oct 2025 at 09:33

Planning

26 Sep 2025 at 12:56

Planning

26 Sep 2025 at 09:39

Planning

20 May 2025 at 15:21

Summary of the contracting process

Essex County Council is currently seeking to procure Total Facilities Management (TFM) services across its locations in the Greater Essex area. This active procurement process, with a substantial contract value of GBP 960,000,000, is currently in the tender stage, utilizing a Competitive Flexible Procedure. The planned service commencement is on 1st April 2027. Key industry categories involved are building installation work, repair and maintenance services, and facilities management services, indicating a focus on both Hard FM and Soft FM services. Interested suppliers have until 8th January 2026 to express their interest, with the Invitation to Tender phase and subsequent negotiations to follow before final contract award planned for 15th October 2026. Initial bidder engagement is already underway, with virtual and in-person events scheduled to support supplier understanding and readiness.

This tender represents a significant opportunity for businesses in the facilities management and construction services sectors. Companies with experience in delivering large-scale services that encompass both technical capacity in facilities management and innovative business services are well-suited to compete. The structured multi-stage approach allows for fair competition, providing numerous touchpoints where bidders can showcase their service quality, financial capacity, and alignment with sustainability goals. Enterprises that excel in offering integrated FM solutions, driving value improvements, and fulfilling sub-contracting and strategic requirements will likely find this a lucrative and growth-enabling contract.

How relevant is this notice?

Notice Information

Notice Title

Total Facilities Management

Notice Description

Essex County Council ("the Authority") is seeking to procure a strategic supplier to deliver Total Facilities Management (TFM) services across its sites within the Greater Essex area. The successful supplier will be responsible for the integrated delivery of both Hard and Soft FM services, Business Services, as well as Programme Office & Works, supporting the Authority's ambition to modernise, improve service quality, and drive value across its estate. Scope of Services including but not limited to: Hard FM & Soft FM Programme Office & Works Business Services Please note the Service Commencement Date is 1st of April 2027.

Lot Information

Lot 1

Options: The contract includes call-off services under Hard FM, Works, and Business Services. An option has been included to add buildings into scope. An extension option of up to 5 years is included.

Renewal: Contract extensions may be considered where they support continuity of providing value for money, service, align with performance outcomes, and remain within the scope of the original procurement. All extensions will be subject to formal review and approval processes. In light of anticipated Local Government Reorganisation, extension decisions will also take into account potential changes in governance, contract ownership, and strategic priorities. Flexibility has been built into the contract terms to ensure service continuity during any transitional period.

Planning Information

A total of six Market Engagement events were held for the Total Facilities Management tender. These are outlined below: First Event - 28th September 2023 - Event held online via Microsoft Teams. ECC were keen to explore replacement options due to the current Total Facilities Management contract expiring in September 2026, and wanted to gather supplier input. Following the event, suppliers were asked to complete a post-event survey to help shape new Total Facilities Management service scope and future Market Engagement events. Second Event - 29th February 2024 - In-person 1-2-1 sessions held at County Hall. The aim of this Market Engagement was to gather further input from suppliers on the following topics: market capability, service and geographical scope,contract term and key clauses, and future Market Engagement. Third Event - May/June 2024 - ECC engaged with suppliers via an RFI in May and held follow-up 1-2-1 in-person sessions to inform the future TFM contract. Topics covered included: contract types, specifications, price indexes, incentive mechanisms, the procurement process and timelines, Social Value, Climate, data and systems. Fourth Event - between 11th-14th November 2024 - 1-2-1 sessions were held to discuss suppliers' responses to ECC pricing problem statement. Fifth Event - in the form of an RFI - responses were due by 7th February 2025. The aim was to gather further insight from the market around contract duration in the context of Local Government Reorganisation, weightings for tender evaluations, and project work procurement. Sixth Event - in the form of an online presentation from ECC via Microsoft teams in April 2025. The presentation briefed suppliers on Local Government Reorganisation. It was followed by an RFI requesting further insight from suppliers around Local Government Reorganisation, Liability Limits, APRS, mobilisation, and data management. Summaries of the events are available on the Essex Provider Hub, please access the link here: https://www.essexproviderhub.org/facilities-management-and-property-re-procurement/facilities-management/ The registration for all events was available on the Essex Provider Hub and the Councils e-sourcing portal. Portal Pro Contract Project DN710367

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05195f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/076514-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45400000 - Building completion work

50700000 - Repair and maintenance services of building installations

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
£800,000,000 £100M-£1B
Lots Value
£800,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Nov 20251 weeks ago
Submission Deadline
2 Feb 20262 months to go
Future Notice Date
6 Oct 2025Expired
Award Date
Not specified
Contract Period
9 Nov 2026 - 8 Nov 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
ESSEX COUNTY COUNCIL
Contact Name
Celine Couston
Contact Email
natalia.rygal@essex.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CHELMSFORD
Postcode
CM1 1QH
Post Town
Chelmsford
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH36 Heart of Essex
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLH3 Essex, TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Chelmsford
Electoral Ward
Moulsham and Central
Westminster Constituency
Chelmsford

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05195f-2025-11-24T14:23:20Z",
    "date": "2025-11-24T14:23:20Z",
    "ocid": "ocds-h6vhtk-05195f",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "023442-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023442-2025",
                "datePublished": "2025-05-20T16:21:42+01:00",
                "format": "text/html"
            },
            {
                "id": "060013-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060013-2025",
                "datePublished": "2025-09-26T10:39:08+01:00",
                "format": "text/html"
            },
            {
                "id": "060163-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060163-2025",
                "datePublished": "2025-09-26T13:56:43+01:00",
                "format": "text/html"
            },
            {
                "id": "062408-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062408-2025",
                "datePublished": "2025-10-06T10:33:43+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "A total of six Market Engagement events were held for the Total Facilities Management tender. These are outlined below: First Event - 28th September 2023 - Event held online via Microsoft Teams. ECC were keen to explore replacement options due to the current Total Facilities Management contract expiring in September 2026, and wanted to gather supplier input. Following the event, suppliers were asked to complete a post-event survey to help shape new Total Facilities Management service scope and future Market Engagement events. Second Event - 29th February 2024 - In-person 1-2-1 sessions held at County Hall. The aim of this Market Engagement was to gather further input from suppliers on the following topics: market capability, service and geographical scope,contract term and key clauses, and future Market Engagement. Third Event - May/June 2024 - ECC engaged with suppliers via an RFI in May and held follow-up 1-2-1 in-person sessions to inform the future TFM contract. Topics covered included: contract types, specifications, price indexes, incentive mechanisms, the procurement process and timelines, Social Value, Climate, data and systems. Fourth Event - between 11th-14th November 2024 - 1-2-1 sessions were held to discuss suppliers' responses to ECC pricing problem statement. Fifth Event - in the form of an RFI - responses were due by 7th February 2025. The aim was to gather further insight from the market around contract duration in the context of Local Government Reorganisation, weightings for tender evaluations, and project work procurement. Sixth Event - in the form of an online presentation from ECC via Microsoft teams in April 2025. The presentation briefed suppliers on Local Government Reorganisation. It was followed by an RFI requesting further insight from suppliers around Local Government Reorganisation, Liability Limits, APRS, mobilisation, and data management. Summaries of the events are available on the Essex Provider Hub, please access the link here: https://www.essexproviderhub.org/facilities-management-and-property-re-procurement/facilities-management/ The registration for all events was available on the Essex Provider Hub and the Councils e-sourcing portal. Portal Pro Contract Project DN710367",
                "dateMet": "2025-04-23T00:00:00+01:00",
                "status": "met"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PWVM-4844-NRQH",
            "name": "Essex County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWVM-4844-NRQH"
            },
            "address": {
                "streetAddress": "County Hall, Market Road",
                "locality": "Chelmsford",
                "postalCode": "CM1 1QH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH36"
            },
            "contactPoint": {
                "name": "Celine Couston",
                "email": "natalia.rygal@essex.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWVM-4844-NRQH",
        "name": "Essex County Council"
    },
    "tender": {
        "id": "E001PA",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Total Facilities Management",
        "description": "Essex County Council (\"the Authority\") is seeking to procure a strategic supplier to deliver Total Facilities Management (TFM) services across its sites within the Greater Essex area. The successful supplier will be responsible for the integrated delivery of both Hard and Soft FM services, Business Services, as well as Programme Office & Works, supporting the Authority's ambition to modernise, improve service quality, and drive value across its estate. Scope of Services including but not limited to: Hard FM & Soft FM Programme Office & Works Business Services Please note the Service Commencement Date is 1st of April 2027.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 960000000,
            "currency": "GBP",
            "amount": 800000000
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-11-09T00:00:00Z",
                    "endDate": "2036-11-08T23:59:59Z",
                    "maxExtentDate": "2041-11-08T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 960000000,
                    "amount": 800000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Financial",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Offer",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "Contract extensions may be considered where they support continuity of providing value for money, service, align with performance outcomes, and remain within the scope of the original procurement. All extensions will be subject to formal review and approval processes. In light of anticipated Local Government Reorganisation, extension decisions will also take into account potential changes in governance, contract ownership, and strategic priorities. Flexibility has been built into the contract terms to ensure service continuity during any transitional period."
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "There are Legal and Financial capacity conditions of participation, full details on these are included in the tender documentation which can be found through by searching for the opportunity, DN791526 E001PA Total Facilities Management on the Authority's eSourcing system, ProContract, https://procontract.due-north.com/Login."
                        },
                        {
                            "type": "technical",
                            "description": "There are Technical ability conditions of participation, full details on these are included in the tender documentation which can be found through by searching for the opportunity, DN791526 E001PA Total Facilities Management on the Authority's eSourcing system, ProContract, https://procontract.due-north.com/Login."
                        },
                        {
                            "description": "Supplier Selection Criteria - Stage 1 PSQ Suppliers are evaluated through a combination of Pass/Fail, Information Only, and Scored questions. The scored questions are used to rank bidders and determine who progresses to the next stage. The following scored criteria are applied, each with a defined weighting and minimum score requirement: Relevant Experience and Contract Examples Suppliers must demonstrate delivery of large-scale Total Facilities Management contracts or provide an explanatory statement of capability. Weighting: 20% Minimum Score: 2 out of 5 Strategy - Smaller Evidence of supporting clients to right-size their estate effectively. Weighting: 20% Minimum Score: 2 out of 5 Strategy - Better Approach to continuous improvement, supported by relevant examples. Weighting: 20% Minimum Score: 2 out of 5 Strategy - Greener Collaboration with customers to support environmental goals. Weighting: 10% Minimum Score: 2 out of 5 Strategy - Value for Money Demonstration of cost-saving initiatives and value for money delivery. Weighting: 20% Minimum Score: 2 out of 5 Sub-contracting - Supply Chain Management Statement on managing a healthy supply chain or confirmation of no sub-contracting. Weighting: 10% Minimum Score: 2 out of 5 Each scored question is evaluated on a scale from 0 to 5. The weighted score for each question is calculated using the following equation: Weighted Score = (Bidder Score / 5) x Question Weighting The total weighted scores across all scored questions are summed to produce a final score used to rank bidders. Selection to Tender: The top five ranked bidders will be invited to Stage 2: Invite to Tender (ITT). If fewer than five meet the minimum requirements, the Authority may proceed with fewer. In the event of a tie for fifth place, all tied bidders will be invited, meaning more than five may progress.",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract includes call-off services under Hard FM, Works, and Business Services. An option has been included to add buildings into scope. An extension option of up to 5 years is included."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-06T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is conducted under the Competitive Flexible Procedure, in accordance with the Procurement Act 2023 and Procurement Regulations 2024. The process is designed to ensure transparency, fairness, and value for money through a structured multi-stage approach. Stage 1: Pre-Selection Questionnaire (PSQ) Interested suppliers are invited to submit a PSQ, which will be assessed against published criteria. Responses will be scored using a weighted methodology. Evaluation will include mandatory and minimum standards. Suppliers failing to meet these standards may be excluded. The five highest scoring suppliers will be selected to the Invitation to Tender (ITT) stage. Stage 2: Invitation to Tender (ITT) Selected suppliers will be invited to submit initial tenders based on the Authority's requirements. Tenders will be scored and ranked. The Authority reserves the right to award the contract based on initial tenders without entering into negotiation. Stage 3: Negotiation Phase Structured negotiations will be held to refine proposals and improve value. Meetings will take place in person at County Hall. Each supplier may bring up to three attendees. A shared agenda will be issued two weeks in advance, only listed topics may be discussed. Following negotiations, refinements may be made to tender documents and/or evaluation criteria. Any changes will be proportionate, transparent, and communicated to all remaining suppliers. Stage 4: Final Tender Submission (Best and Final Offer - BAFO) Suppliers will be invited to submit a Best and Final Offer. Responses will be evaluated against Technical, Social Value, and Commercial criteria. Scoring will follow published methodologies and weightings. Minimum scores apply to certain questions; failure to meet these may result in exclusion. Supplier Selection and Contract Award The contract will be awarded to the supplier offering the most advantageous tender. A Preferred Supplier Stage may be included prior to formal award. The award will follow standard procedures, including a standstill period and publication of the award notice. Bidder Engagement Events To support supplier understanding and readiness, two engagement events are planned: Bidder Day 1 - 08/12/2025 A virtual Town Hall session via Microsoft Teams providing an overview of the procurement scope and procedure, with an opportunity for Q&A. Bidder Day 2 - TBC A second engagement event including a further virtual Town Hall session and site visits to offer deeper insight into the operational environment and specific requirements. The second Bidder Day will take place following the release of the ITT."
        },
        "additionalProcurementCategories": [
            "works"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Selection of tenderers will be based solely on the criteria set out for the procurement. For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal https://procontract.due-north.com throughout the procurement process, and all communications with Essex County Council relating to this procurement exercise must be via the portal's messaging system. Supplier registration on the portal is free of charge and can be done via: https://procontract.due-north.com/ The reference and title of this procurement in ProContract is DN791526 E001PA Total Facilities Management. It is recommended that any Bidder not already registered on the ProContract eSourcing portal, register at the earliest opportunity. The Authority reserves the right to amend timescales for any reason and change the assessment criteria where necessary for example if there are genuine omissions or mistakes. The Authority also reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. The Authority will not be responsible for any costs incurred by bidders in relation to this procurement exercise.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-02T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-10-15T23:59:59+01:00"
        },
        "amendments": [
            {
                "id": "062408-2025",
                "description": "Please note that this notice has been amended to correct the hyperlink directing users to the Essex Provider Hub. The original link was not functioning as intended, and has now been updated to ensure proper access to the relevant information. We apologise for any inconvenience this may have caused and appreciate your understanding."
            }
        ],
        "expressionOfInterestDeadline": "2026-01-08T12:00:00Z",
        "enquiryPeriod": {
            "endDate": "2025-12-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "076514-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076514-2025",
                "datePublished": "2025-11-24T14:23:20Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "30 Days of invoice with option to use the Accelerate Rebate options to reduce payment term."
        },
        "riskDetails": "It is anticipated that during the life of this Contract the Local Government Reform process will commence and progress potentially impacting this Contract. Impacts may include but are not limited to, modifications such as a transfer of the legal entity you currently contract with, significant increases and decreases in the value/ volume of services required due the change in size/ scope if the Contracting Authority, and/ or changes to the scope of the nature of the Services required. Although any Contract scope changes should broadly relate to the nature of the existing scope, new Services of a related nature may be required that were not previously included."
    },
    "language": "en"
}