London Boroughs of Richmond and Wandsworth: Hard Facilities Management Services

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Building and facilities management services.
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

UK-London: Building and facilities management services.

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

View Award Notice