LondonEnergy is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Facilities Management 2015 |
Notice type: | Contract Notice |
Authority: | LondonEnergy |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | |
Published: | 17/02/2015 17:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
LondonWaste Ltd
Eco Park, Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845553, Email: paul.stigter@londonwaste.co.uk, URL: http://www.londonwaste.co.uk/
Contact: Paul Stigter
Electronic Access URL: https://www.delta-esourcing.com/
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Environment
Other: Waste Recycling and Power Generation
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Facilities Management 2015
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14
Region Codes: UKI21 - Outer London - East and North East
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Facilities management services. Fire-extinguisher charges. Fire-detection systems. Fire-alarm systems. Security services. Guard services. Patrol services. Office cleaning services. Landscaping work. Pest-control services. Window-cleaning services. Ornamental plants, grasses, mosses or lichens. Weighbridge services. Closed-circuit surveillance system.
II.1.6)Common Procurement Vocabulary:
79993100 - Facilities management services.
24951230 - Fire-extinguisher charges.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
79710000 - Security services.
79713000 - Guard services.
79715000 - Patrol services.
90919200 - Office cleaning services.
45112700 - Landscaping work.
90922000 - Pest-control services.
90911300 - Window-cleaning services.
03441000 - Ornamental plants, grasses, mosses or lichens.
63712500 - Weighbridge services.
32235000 - Closed-circuit surveillance system.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
To provide Soft Facilities Management Services to LondonWaste Ltd for a 5 year contract, with an additional 5 year option to extend subject to agreement by both parties. It is anticipated that the contract will be awarded to a single facilities management provider to cover the following 10 Lots: Lot 1 Office Cleaning, Lot 2 Window Cleaning, Lot 3 Pest Control, Lot 4 Landscaping, Lot 5 Internal Plants, Lot 6 Site Security, Lot 7 Protest Security, Lot 8 Weighbridge Operations, Lot 9 Portable Fire Equipment/Systems and Lot 10 CCTV Maintenance.soft FM services. The value of the contract is estimated to be circa £7,000,000 GBP to £8,000,000 GBP over the maximum possible term of 10 years (5 year contract plus 5 year option to extend). It is anticipated that the contract will commence from the 1st July 2015 until 30th June 2020, with an option to extend by a further 5 year period, taking the maximum length of the contract to 30th June 2025. Within the Pre-Qualification Questionnaire you will need to indicate if your organisation is tendering to provide ALL the services required, or if it is tendering in the role of leading contractor, or if it is proposing a joint venture agreement, or if it is offering any other proposal. The North London Waste Authority (NLWA) who are the sole shareholder in LondonWaste Ltd will commence construction of a brand new state-of-the-art Energy Recovery Facility around 2022 with completion by 2025. Though this date is at the end of the contract term (including the option to extend), LondonWaste Ltd wants to make potential bidders aware of the NLWAs plans. Please visit our website or follow the link for further details.http://www.londonwaste.co.uk/nlwa-launch-project-to-replace-existing-energy-plant-by-2025/The link to the Pre-Qualification Questionnaire is to be found further within this Contract Notice. Please read and respond to the PQQ via Delta e-sourcing by no later than the deadline of 17.00hrs on the 20th March 2015.
Estimated value excluding VAT:
Range between: 7,000,000 and 8,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Bidders will be required to complete the Pre-Qualification Questionnaire (PQQ) which contains Pass/Fail Questions. Section C Scored Questions - contains technical questions relating to the bidders capability and this will be evaluated and scored in accordance with the criteria, marks and weightings as disclosed in the PQQ. The top 5 scoring suppliers will be taken through to tender stage.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Minimum Level(s) of standards possibly required:
Bidders must complete the attached PQQ. The top 5 scoring suppliers shall be taken through to ITT stage
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Technical capacity will be evaluated based on the bidders responses to Section C of the PQQ.
Minimum Level(s) of standards possibly required:
Bidders must achieve a top 5 score to be taken through to ITT stage.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: LWL -Facilities Management 2015
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/03/2015
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./BZBUQ8ZFE5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/BZBUQ8ZFE5
GO-2015217-PRO-6374342 TKR-2015217-PRO-6374341
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
LondonWaste
Eco Park, Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845553, Email: paul.stigter@londonwaste.co.uk, URL: http://www.londonwaste.co.uk/
Body responsible for mediation procedures:
LondonWaste
Eco Park, 4 Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845517
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 17/02/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Facilities management services.
I.1)Name, Addresses and Contact Point(s):
LondonWaste Ltd
Eco Park, Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845553, Email: paul.stigter@londonwaste.co.uk, URL: http://www.londonwaste.co.uk/
Contact: Paul Stigter
Electronic Access URL: https://www.delta-esourcing.com/
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Facilities Management 2015
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 14
Region Codes: UKI21 - Outer London - East and North East
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Facilities management services. Fire-extinguisher charges. Fire-detection systems. Fire-alarm systems. Security services. Guard services. Patrol services. Office cleaning services. Landscaping work. Pest-control services. Window-cleaning services. Ornamental plants, grasses, mosses or lichens. Weighbridge services. Closed-circuit surveillance system.
II.1.5)Common procurement vocabulary:
79993100 - Facilities management services.
24951230 - Fire-extinguisher charges.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
79710000 - Security services.
79713000 - Guard services.
79715000 - Patrol services.
90919200 - Office cleaning services.
45112700 - Landscaping work.
90922000 - Pest-control services.
90911300 - Window-cleaning services.
03441000 - Ornamental plants, grasses, mosses or lichens.
63712500 - Weighbridge services.
32235000 - Closed-circuit surveillance system.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 50
Quality - 50
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: LWL -Facilities Management 2015
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 10/11/2015
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Interserve Industrial Services Limited
Postal address: Intersection House, 110 Birmingham Road
Town: West Bromwich
Postal code: B70 6RP
Country: United Kingdom
Email: laura.carr@interservefm.com
Telephone: +44 1215248750
Internet address: www.interserve.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 6,320,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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 considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=175794396
GO-2015122-PRO-7399915 TKR-2015122-PRO-7399914
VI.3.1)Body responsible for appeal procedures:
LondonWaste
Eco Park, Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845553, Email: paul.stigter@londonwaste.co.uk, URL: http://www.londonwaste.co.uk/
Body responsible for mediation procedures:
LondonWaste
Eco Park, 4 Advent Way, London, N18 3AG, United Kingdom
Tel. +44 2088845517
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 02/12/2015