London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Hard Facilities Management Services |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Wandsworth Borough Council and the London Borough of Richmond upon Thames (the "Councils") operate a shared staffing arrangement. The Councils are seeking to appoint a Contractor or Contractors via a restricted procurement opportunity for Hard Facilities Management Services. This Hard Facilities Management Services will be split into three Lots: Lot 1: Building Fabric Maintenance Services Lot 2: Electrical Services Lot 3: Mechanical Services The Councils will be utilising the SFG20 Maintenance Task Schedules for the Services required and the BCIS rates. Potential Tenderers should note that the Services under each Contract may be extended to the schools within both boroughs as accessing parties. The Scope of Service for schools is not given at this stage. |
Published: | 01/10/2021 09:18 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088717059, Email: Eric.Desveaux@richmondandwandsworth.gov.uk
Contact: Eric Desveaux
Main Address: https://www.wandsworth.gov.uk/
NUTS Code: UKI34
I.2) Joint procurement
The contract involves joint procurement: Yes.
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://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./J6UU6T77SR
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Hard Facilities Management Services
Reference Number: 2521
II.1.2) Main CPV Code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond upon Thames (the "Councils") operate a shared staffing arrangement. The Councils are seeking to appoint a Contractor or Contractors via a restricted procurement opportunity for Hard Facilities Management Services. This Hard Facilities Management Services will be split into three Lots:
Lot 1: Building Fabric Maintenance Services
Lot 2: Electrical Services
Lot 3: Mechanical Services
The Councils will be utilising the SFG20 Maintenance Task Schedules for the Services required and the BCIS rates.
Potential Tenderers should note that the Services under each Contract may be extended to the schools within both boroughs as accessing parties. The Scope of Service for schools is not given at this stage.
II.1.5) Estimated total value:
Value excluding VAT: 36,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any one or more Lot may be awarded to a single Contractor. Award of each Lot will be based on the most economically advantageous tender scoring the highest overall evaluation score, considering non-price, social value and price.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Building Fabric Maintenance Services
Lot No: 1
II.2.2) Additional CPV codes:
50700000 - Repair and maintenance services of building installations.
II.2.3) Place of performance:
UKI3 Inner London – West
II.2.4) Description of procurement: Building Fabric Maintenance Services including reactive repairs and statutory/mandatory planned preventative
maintenance
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: 8,000,000
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: up to three years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Refer to SQ
II.2.10) Information about variants:
Variants will be accepted: No
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/J6UU6T77SR
II.2) Description Lot No. 2
II.2.1) Title: Electrical Maintenance Services
Lot No: 2
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
II.2.3) Place of performance:
UKI3 Inner London – West
II.2.4) Description of procurement: Electrical Services including lifts, emergency lighting and fire alarms, lightning protection, PAT testing, UPS and more.
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: 10,000,000
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: Up to three years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Refer to SQ
II.2.10) Information about variants:
Variants will be accepted: No
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
II.2) Description Lot No. 3
II.2.1) Title: Mechanical Services
Lot No: 3
II.2.2) Additional CPV codes:
50712000 - Repair and maintenance services of mechanical building installations.
II.2.3) Place of performance:
UKI3 Inner London – West
II.2.4) Description of procurement: Mechanical Services including air conditioning, heating and water hygiene and more
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: 18,000,000
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: Up to three years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: Refer to the SQ
II.2.10) Information about variants:
Variants will be accepted: No
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
Refer to documents
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
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: 04/11/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/11/2021
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:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./J6UU6T77SR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J6UU6T77SR
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
Cabinet Office
70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authorities to amend any document and may award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 01/10/2021
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Richmond upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.richmond.gov.uk/
NUTS Code: UKI75
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088717059, Email: Eric.Desveaux@richmondandwandsworth.gov.uk
Contact: Eric Desveaux
Main Address: https://www.wandsworth.gov.uk/
NUTS Code: UKI34
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Hard Facilities Management Services Reference number: 2521
II.1.2) Main CPV code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Wandsworth Borough Council and the London Borough of Richmond upon Thames (the "Councils") operate a shared staffing arrangement. The Councils are seeking to appoint a Contractor or Contractors via a restricted procurement opportunity for Hard Facilities Management Services. This Hard Facilities Management Services will be split into three Lots:
Lot 1: Building Fabric Maintenance Services
Lot 2: Electrical Services
Lot 3: Mechanical Services
The Councils will be utilising the SFG20 Maintenance Task Schedules for the Services required and the BCIS rates.
Potential Tenderers should note that the Services under each Contract may be extended to the schools within both boroughs as accessing parties. The Scope of Service for schools is not given at this stage.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 03/11/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 355155
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 01/10/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: IV.2.2
Instead of:
Date: 04/11/2021
Local Time: 12:00
Read:
Date: 08/11/2021
Local Time: 12:00
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./J6UU6T77SR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J6UU6T77SR
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
London Borough of Richmond upon Thames
Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
Email: eric.desveaux@richmondandwandsworth.gov.uk
Main Address: https://www.richmond.gov.uk/
NUTS Code: UKI75