University of Greenwich: Facilities Management Services - Daniel Defoe Halls of Residence

  University of Greenwich is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Facilities Management Services - Daniel Defoe Halls of Residence
Notice type: Contract Notice
Authority: University of Greenwich
Nature of contract: Services
Procedure: Restricted
Short Description: The University of Greenwich (the Contracting Authority) intends to appoint a Service Provider on either a Lump Sum or “Cost Plus” reimbursement basis to provider of Facilities Management Services at its Daniel Defore Halls of Residence, Greenwich, London SE10. The services include Planned Preventative and Reactive Maintenance, Repairs, Cleaning, Waste Management, Pest Control, Furniture Fixtures & Equipment Management, Signage Security (including fire evacuation), Helpdesk, Security, Customer Surveys, and Computer-Aided FM systems operation. Responses to the PQQ will be evaluated in accordance with the procedures set out in Selection Criteria. The Contract period is up to seven (7) years from August 2014 at the Contracting Authority's absolute discretion. The method will be determined during the procurement process and further information provided to Potential Service Provider in the Invitation to Tender. The Contracting Authority reserves the right (at its absolute discretion) to require the Service Provider to extend the services under the contract to additional student accommodation premises of the University. The Contracting Authority may make such a requirement either during the procurement process or during the term of the contract and such requirement shall be subject to the following conditions: - The Contracting Authority may only require the Service Provider to extend the services to the additional student accommodation premises in the event that the Contracting Authority operates those facilities without the benefit of facilities management services provision during the term of the contract; - The Contracting Authority shall not require the Service Provider to extend the service to any more than three (3) premises in addition to the Residences; - The additional premises shall be located within a 40 miles radius of the Residences; and - If payment under the contract is to be made on a Lump Sum basis the Contracting Authority requests the Service Provider to extend the services to additional premises after the date of the contract, any additional Lump Sum payment for the extended services shall be calculated on a proportional basis which shall be based on the size of the additional premises against the size of the Residences. If payment under the contract is to be made on a “Cost Plus” basis, this shall apply equally to the services to be performed at the additional premises as to those to be performed at the Residences. The Contracting Authority reserves the right to terminate the procurement process at any time at it’s absolute discretion.
Published: 10/02/2014 17:30
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-London: Facilities management services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Campus, Avery Hill Road, Eltham, London, SE9 2UG, United Kingdom
      Tel. +44 2083318294, Email: tenders@gre.ac.uk, URL: http://www.gre.ac.uk/, URL: http://www.gre.ac.uk/offices/procurement
      Contact: https://intendhost.co.uk/universityofgreenwich/, Attn: Vincent M John, Director of Procurement & Business Services

      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:
      Other: Education

   I.3) Main activity:
      Education

   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 Services - Daniel Defoe Halls of Residence
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI2 - Outer London         
      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. The University of Greenwich (the Contracting Authority) intends to appoint a Service Provider on either a Lump Sum or “Cost Plus” reimbursement basis to provider of Facilities Management Services at its Daniel Defore Halls of Residence, Greenwich, London SE10. The services include Planned Preventative and Reactive Maintenance, Repairs, Cleaning, Waste Management, Pest Control, Furniture Fixtures & Equipment Management, Signage Security (including fire evacuation), Helpdesk, Security, Customer Surveys, and Computer-Aided FM systems operation. Responses to the PQQ will be evaluated in accordance with the procedures set out in Selection Criteria.

The Contract period is up to seven (7) years from August 2014 at the Contracting Authority's absolute discretion. The method will be determined during the procurement process and further information provided to Potential Service Provider in the Invitation to Tender.

The Contracting Authority reserves the right (at its absolute discretion) to require the Service Provider to extend the services under the contract to additional student accommodation premises of the University. The Contracting Authority may make such a requirement either during the procurement process or during the term of the contract and such requirement shall be subject to the following conditions:

- The Contracting Authority may only require the Service Provider to extend the services to the additional student accommodation premises in the event that the Contracting Authority operates those facilities without the benefit of facilities management services provision during the term of the contract;

- The Contracting Authority shall not require the Service Provider to extend the service to any more than three (3) premises in addition to the Residences;

- The additional premises shall be located within a 40 miles radius of the Residences; and

- If payment under the contract is to be made on a Lump Sum basis the Contracting Authority requests the Service Provider to extend the services to additional premises after the date of the contract, any additional Lump Sum payment for the extended services shall be calculated on a proportional basis which shall be based on the size of the additional premises against the size of the Residences. If payment under the contract is to be made on a “Cost Plus” basis, this shall apply equally to the services to be performed at the additional premises as to those to be performed at the Residences.

The Contracting Authority reserves the right to terminate the procurement process at any time at it’s absolute discretion.
         
      II.1.6)Common Procurement Vocabulary:
         79993100 - Facilities management services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 1,750,000 and 2,450,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The services may be provided on either a Lump Sum or Cost Plus basis over a period of five (5) years with the option to extend up to two (2) further one (1) year periods at the Authority's absolute discretion.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/08/2014
         Completion: 31/07/2021

   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:
      A parent-company guarantee may be required where the service provider is a subsidiary of another organisation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As per tender documents and to be developed following submission of tender proposals.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Contracting Authority will require the Service Provider to be a legal entity and reserves the right to require that the Service Providers shall be Jointly and severally liable.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As per provisions in the Conditions of Contract in the Facilities Management Agreement.      
   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.

      As set out in the PQQ      
      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.
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the PQQ         
         Minimum Level(s) of standards possibly required:
         As set out in the PQQ
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the PQQ         
         Minimum Level(s) of standards possibly required:
         As set out in the PQQ      
      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: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      The Contracting Authority requires that all staff responsible for the execution of the service are, at the time that the contract is entered into, qualified first aiders.      
      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: Yes
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 minimum number: 5 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         The Supplier Information Questionnaire and Pre-Qualification Questionnaire completed and submitted by the applicant will subject to detailed evaluation and analysis by a Tender Evaluation Team consisting of representatives from Procurement & Business Services and the Facilities Management Office giving due weighting to the following factors as stipulated in the PQQ Preamble:

a) Organisation Information (Mandatory and must be completed fully but not scored)
b) Financial Details (10% weighting scores)
c) Contracting Experience and History (20% weighting scores)
d) Technical or Professional Capability (40 % weighting scores)
e) Project-Specific Methodology and Delivery Capability (30 % weighting scores)

The onus is on the Potential Service Provider to ensure that all the necessary supporting information is provided by the stipulated date to allow the Authority to undertake the necessary evaluation in accordance with the timetable stated in the PQQ.   
   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: 79993100-2/FMO/vmj      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 10/03/2014
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 13/03/2014
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/04/2014      
      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: 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./7X5985YRVS

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7X5985YRVS
GO-2014210-PRO-5451615 TKR-2014210-PRO-5451614
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University of Greenwich
      Old Royal College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
      Tel. +44 2083318899, Email: contracts@gre.ac.uk, URL: www.gre.ac.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Road, London, SE9 2UG, United Kingdom
      Tel. +44 2083318899, Email: tenders@gre.ac.uk, URL: www.gre.ac.uk/offices/procurement

   VI.5) Date Of Dispatch Of This Notice: 10/02/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Facilities management services.

Section I: Contracting Authority
   Title: UK-London: Facilities management services.
   I.1)Name, Addresses and Contact Point(s):
      University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Campus, Avery Hill Road, Eltham, London, SE9 2UG, United Kingdom
      Tel. +44 2083318294, Email: tenders@gre.ac.uk, URL: http://www.gre.ac.uk/, URL: http://www.gre.ac.uk/offices/procurement
      Contact: https://intendhost.co.uk/universityofgreenwich/, Attn: Vincent M John, Director of Procurement & Business Services

   I.2)Type of the contracting authority:
      Other: University

   I.3) Main activity:
      Education

   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 Services - Daniel Defoe Halls of Residence      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKI2 - Outer London         
      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. The University of Greenwich (the Contracting Authority) intends to appoint a Service Provider on either a Lump Sum or “Cost Plus” reimbursement basis to provider of Facilities Management Services at its Daniel Defore Halls of Residence, Greenwich, London SE10. The services include Planned Preventative and Reactive Maintenance, Repairs, Cleaning, Waste Management, Pest Control, Furniture Fixtures & Equipment Management, Signage Security (including fire evacuation), Helpdesk, Security, Customer Surveys, and Computer-Aided FM systems operation. Responses to the PQQ will be evaluated in accordance with the procedures set out in Selection Criteria. The Contract period is up to seven (7) years from August 2014 at the Contracting Authority's absolute discretion. The method will be determined during the procurement process and further information provided to Potential Service Provider in the Invitation to Tender.The Contracting Authority reserves the right (at its absolute discretion) to require the Service Provider to extend the services under the contract to additional student accommodation premises of the University. The Contracting Authority may make such a requirement either during the procurement process or during the term of the contract and such requirement shall be subject to the following conditions:- The Contracting Authority may only require the Service Provider to extend the services to the additional student accommodation premises in the event that the Contracting Authority operates those facilities without the benefit of facilities management services provision during the term of the contract;- The Contracting Authority shall not require the Service Provider to extend the service to any more than three (3) premises in addition to the Residences;- The additional premises shall be located within a 40 miles radius of the Residences; and- If payment under the contract is to be made on a Lump Sum basis the Contracting Authority requests the Service Provider to extend the services to additional premises after the date of the contract, any additional Lump Sum payment for the extended services shall be calculated on a proportional basis which shall be based on the size of the additional premises against the size of the Residences. If payment under the contract is to be made on a “Cost Plus” basis, this shall apply equally to the services to be performed at the additional premises as to those to be performed at the Residences.The Contracting Authority reserves the right to terminate the procurement process at any time at it’s absolute discretion.
      II.1.5)Common procurement vocabulary:
         79993100 - Facilities management services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   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
         
         Camacity and Project Specific Resources - 20
         Capability, Methodology and Sustainability - 40
         Cost Competitiveness - 25
         Mobilisation abnd Support Infrastructure - 15
         
      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: 79993100-2/FMO/vmj         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 2014/S 031-050171

      V.1)Date Of Contract Award: 22/07/2014      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Derwent Housing Association Limited
         Postal address: No 1 Centro Place, Pride Park
         Town: Derby
         Postal code: DE24 8RF
         Country: United Kingdom
         Email: accounts@derwentfm.eu
         Telephone: +44 1423788107
         Internet address: http://www.derwentfm.eu/
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 388,794
            Currency: GBP

         Total final value of the contract
            Value: 2,578,583
            Currency: GBP
         If annual or monthly value:
            Number of years: 5
      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:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=110484934
GO-2014822-PRO-5946033 TKR-2014822-PRO-5946032   
   VI.3.1)Body responsible for appeal procedures:
      University of Greenwich
      Old Royal College, Park Row, Greenwich, London, SE10 9LS, United Kingdom
      Tel. +44 2083318899, Email: contracts@gre.ac.uk, URL: www.gre.ac.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      University of Greenwich
      Procurement & Business Services, Southwood Lodge, Avery Hill Road, London, SE9 2UG, United Kingdom
      Tel. +44 2083318899, Email: tenders@gre.ac.uk, URL: www.gre.ac.uk/offices/procurement
   
   VI.4)Date Of Dispatch Of This Notice: 22/08/2014