British Film Institute : BFI Building Services

  British Film Institute has published this notice through Delta eSourcing

Notice Summary
Title: BFI Building Services
Notice type: Contract Notice
Authority: British Film Institute
Nature of contract: Services
Procedure: Restricted
Short Description: The purpose of this process to is appoint a provider to work in partnership with the BFI to maintain, develop and ensure the efficiency of the BFI property portfolio and in particular its mechanical and electrical assets.
Published: 09/06/2016 11:41

View Full Notice

UK-London: Repair and maintenance services of electrical and mechanical building installations.
Section I: Contracting Authority
      I.1) Name and addresses
             British Film Institute
             21 Stephen Street, London, W1T 1LN, United Kingdom
             Tel. +44 2079578987, Email: stephen.adams@bfi.org.uk
             Main Address: www.bfi.org.uk, Address of the buyer profile: https://in-tendhost.co.uk/bfi/aspx/Home
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/bfi/aspx/Home
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://in-tendhost.co.uk/bfi/aspx/Home to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: BFI Building Services       
      Reference Number: 2016/120
      II.1.2) Main CPV Code:
      50710000 - Repair and maintenance services of electrical and mechanical building installations.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The purpose of this process to is appoint a provider to work in partnership with the BFI to maintain, develop and ensure the efficiency of the BFI property portfolio and in particular its mechanical and electrical assets.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,750,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50711000 - Repair and maintenance services of electrical building installations.
      50712000 - Repair and maintenance services of mechanical building installations.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKG13 Warwickshire
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: The purpose of this process to is appoint a provider to work in partnership with the BFI to maintain, develop and ensure the efficiency of the BFI property portfolio and in particular its mechanical and electrical assets.
This contractor will provide a dedicated on-site building engineering team and administration support presence covering the five BFI sites providing PPM, reactive, statutory compliance and minor works. As the lead body for film and moving image within the UK we have a diverse range of buildings and we committed to the highest standards of service and partnership working to ensure we obtain the best from our buildings and equipment while ensuring efficient operation and always striving to lessen our impact on the environment.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract for a period of 3 years with the option to renew for up to a further 2 years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/07/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/07/2016       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2021
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=205802082
   VI.4) Procedures for review
   VI.4.1) Review body:
             British Film Institute
       21 Stephen Street, London, W1T 1LN, United Kingdom
       Tel. +44 2079578987, Email: stephen.adams@bfi.org.uk
       Internet address: www.bfi.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/06/2016

Annex A


View any Notice Addenda

View Award Notice