{
    "tag": [
        "compiled"
    ],
    "id": "ocds-kuma6s-149218-2025-03-20T00:00:00Z",
    "date": "2025-03-20T00:00:00Z",
    "ocid": "ocds-kuma6s-149218",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-18",
            "name": "Llywodraeth Cymru / Welsh Government",
            "identifier": {
                "legalName": "Llywodraeth Cymru / Welsh Government"
            },
            "address": {
                "streetAddress": "Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park",
                "locality": "Caerdydd / Cardiff",
                "region": "UKL",
                "postalCode": "CF10 3NQ"
            },
            "contactPoint": {
                "name": "Corporate Procurement Services",
                "email": "cpsprocurementadvice@gov.wales",
                "telephone": "+44 3000257095"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://gov.wales"
            }
        },
        {
            "id": "org-19",
            "name": "Vinci Facilities",
            "identifier": {
                "legalName": "Vinci Facilities"
            },
            "address": {
                "streetAddress": "Fountain House, St Mellons",
                "locality": "Cardiff",
                "region": "UKL",
                "postalCode": "CF30FB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-11",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Llywodraeth Cymru / Welsh Government",
        "id": "org-18"
    },
    "tender": {
        "id": "ocds-kuma6s-149218-tender-149218-C309/2015/2016",
        "title": "ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT",
        "items": [
            {
                "id": "1",
                "classification": {
                    "id": "79993100",
                    "scheme": "CPV"
                },
                "additionalClassifications": [
                    {
                        "id": "79710000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "MAR503753",
                "documentType": "awardNotice",
                "title": "ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAR503753",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Scope of Services The Services to be provided include: a) Cleaning b) Hygiene c) Window Cleaning d) Waste Management/Recycling e) Pest Control f) Grounds Maintenance/ Landscaping g) Security Services h) Keyholding Response i) Business Support Services: -Porter Services -Mail Room -Reception -Reception & Security Administration -Reprographics Technicians Requirements in order to deliver the Contract a) Mobilisation and Implementation b) General Requirements c) Quality Management d) Compliance & Audit e) Health & Safety Management f) Environmental, Sustainability & Corporate Social Responsibility g) Help Desk & CAFM",
                "contractPeriod": {
                    "startDate": "2016-07-01T00:00:00Z",
                    "endDate": "2025-03-31T00:00:00Z"
                }
            }
        ],
        "classification": {
            "id": "79993000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "awards": [
        {
            "id": "ocds-kuma6s-149218-award-149218-4",
            "title": "ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT",
            "suppliers": [
                {
                    "id": "org-19",
                    "name": "Vinci Facilities"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-149218-award-149218-4",
            "awardID": "ocds-kuma6s-149218-award-149218-4",
            "title": "ALL-WALES SOFT FACILITIES MANAGEMENT AND SECURITY CONTRACT",
            "status": "active",
            "period": {
                "durationInDays": 720
            },
            "value": {
                "amount": 61000000,
                "currency": "GBP"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "id": "79993100",
                        "scheme": "CPV"
                    },
                    "additionalClassifications": [
                        {
                            "id": "79710000",
                            "scheme": "CPV"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKL"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "dateSigned": "2016-07-01T00:00:00Z",
            "amendments": [
                {
                    "id": "ocds-kuma6s-149218-amendment-149218-4",
                    "description": "Article 72 Modification of contracts during their term 1. Contracts and framework agreements may be modified without a new procurement procedure in accordance with this Directive in any of the following cases: (b) for additional works, services or supplies by the original contractor that have become necessary and that were not included in the initial procurement where a change of contractor: (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement; and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority. However, any increase in price shall not exceed 50 % of the value of the original contract. Where several successive modifications are made, that limitation shall apply to the value of each modification. Such consecutive modifications shall not be aimed at circumventing this Directive; (c) where all of the following conditions are fulfilled: (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not foresee; (ii) the modification does not alter the overall nature of the contract; (iii) any increase in price is not higher than 50 % of the value of the original contract or framework agreement.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Work is underway to prepare the specification to go out to tender for a new 8-year contract with the aim of going out to tender by late spring 2025 and to award the contract(s) by autumn 2025. There is a delay in the timescales due to circumstances which a diligent contracting authority could not foresee. It is not possible to tender for a contract of this scale for a short term whilst the tender documents are being developed for the new separate services; due to economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement; and doing so would cause significant inconvenience or substantial duplication of costs for the contracting authority."
                }
            ]
        }
    ],
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 000-000000"
        }
    ],
    "description": "The contract will now end 31/03/2027 (WA Ref:149218)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-149218"
        }
    ],
    "noticetype": "OJEU - F20 - Modification Notice"
}