Natural History Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | NHM FM Tender 2015 |
Notice type: | Contract Notice |
Authority: | Natural History Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Contract for Building and Facilities Management Services |
Published: | 17/09/2015 13:19 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Natural History Museum - UK
Cromwell Road, London, SW7 5BD, United Kingdom
Email: procurement@larch.co.uk, URL: www.nhm.ac.uk
Contact: Larch Consulting, Attn: Chris Rowe
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: National Museum
I.3) Main activity:
Recreation, culture and religion
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: NHM FM Tender 2015
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14
Region Codes: UKI - 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:
Building and facilities management services. Facilities management services. Mechanical and electrical engineering services. Supervision of project and documentation. Construction project management services. Cleaning services. Pest-control services. Grounds maintenance services. Portering services. Contract for Building and Facilities Management Services
II.1.6)Common Procurement Vocabulary:
79993000 - Building and facilities management services.
79993100 - Facilities management services.
71334000 - Mechanical and electrical engineering services.
71248000 - Supervision of project and documentation.
71541000 - Construction project management services.
90910000 - Cleaning services.
90922000 - Pest-control services.
77314000 - Grounds maintenance services.
98341120 - Portering 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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Lot 1 – Hard Services includes the following services:
Statutory, planned and reactive M&E maintenance
Building fabric maintenance
Helpdesk
Project management and support services
Management of Health & Safety and Permits to Work
Lot 2 – Housekeeping comprises:
Cleaning
Grounds Maintenance
Integrated Pest Management and Rodent Control
Logistical Support
Waste Management
Management of Health & Safety
Estimated value excluding VAT:
Range between: 7,000,000 and 15,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The contract length will be for a full 5 Years with an additional option for a further 2 Year extension as either whole or on 1 + 1 format.
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/07/2016
Completion: 30/06/2021
Information About Lots
Lot No: 1
Title: Hard Services
1)Short Description:
Lot 1 is for the maintenance, repair and operation of building services, equipment and engineering services, fabric maintenance, lift maintenance, project management services, space planning, structured cabling and helpdesk, etc as described in the contract documents, incorporating the public health, mechanical, electrical and fire protection systems contained within this contract for The Natural History Museum estate.
2)Common Procurement Vocabulary:
50700000 - Repair and maintenance services of building installations.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50711000 - Repair and maintenance services of electrical building installations.
50712000 - Repair and maintenance services of mechanical building installations.
71334000 - Mechanical and electrical engineering services.
71248000 - Supervision of project and documentation.
71541000 - Construction project management services.
50750000 - Lift-maintenance services.
3)Quantity Or Scope:
Services to be delivered to main Cromwell Road, Tring and subsidiary sites
Value range between: 10,000,000 and 15,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/07/2016
Completion of works:
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Housekeeping
1)Short Description:
Lot 2 is for the cleaning, grounds maintenance, logical support and pest control within this contract for The Natural History Museum estate.
2)Common Procurement Vocabulary:
90910000 - Cleaning services.
90922000 - Pest-control services.
77314000 - Grounds maintenance services.
98341120 - Portering services.
3)Quantity Or Scope:
To the main Cromwell Road, Tring and subsidiary sites.
Value range between: 7,000,000 and 10,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/07/2016
Completion of works:
5)Additional Information About Lots: Not Provided
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:
Joint and Several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
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 and Tender Documents
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ and Tender Documents
Minimum Level(s) of standards possibly required:
As set out in the PQQ and Tender Documents
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ and Tender Documents
Minimum Level(s) of standards possibly required:
As set out in the PQQ and Tender Documents
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: 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:
Not Provided
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: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: NHM/FM2015
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: 19/10/2015
Time: 12:00
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: 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./JZ4JTEY47Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JZ4JTEY47Q
GO-2015917-PRO-7079208 TKR-2015917-PRO-7079207
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 17/09/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Natural History Museum - UK
Cromwell Road, London, SW7 5BD, United Kingdom
Email: procurement@larch.co.uk
Contact: Larch Consulting
Main Address: www.nhm.ac.uk
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.4)Type of the contracting authority:
Other type:: National Museum
I.5) Main activity:
Other activity: National Museum
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: NHM FM Tender 2015
Reference number: Not Provided
II.1.2) Main CPV code:
79993000 - Building and facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Contract for Building and Facilities Management Services
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 16,500,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Hard Services
Lot No:1
II.2.2) Additional CPV code(s):
50700000 - Repair and maintenance services of building installations.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50711000 - Repair and maintenance services of electrical building installations.
50712000 - Repair and maintenance services of mechanical building installations.
71334000 - Mechanical and electrical engineering services.
71248000 - Supervision of project and documentation.
71541000 - Construction project management services.
50750000 - Lift-maintenance services.
79993000 - Building and facilities management services.
79993100 - Facilities management services.
90910000 - Cleaning services.
90922000 - Pest-control services.
77314000 - Grounds maintenance services.
98341120 - Portering services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 1 is for the maintenance, repair and operation of building services, equipment and engineering services, fabric maintenance, lift maintenance, project management services, space planning, structured cabling and helpdesk, etc as described in the contract documents, incorporating the public health, mechanical, electrical and fire protection systems contained within this contract for The Natural History Museum estate.
II.2.5) Award criteria:
Quality criterion - Name: Understanding of Brief and Requirements / Weighting: 5
Quality criterion - Name: Quality of Response / Weighting: 5
Quality criterion - Name: Proposed Solution / Weighting: 35
Quality criterion - Name: Performance Management Framework / Weighting: 10
Quality criterion - Name: Approach to Sustainability / Weighting: 5
Quality criterion - Name: Technical Experience and References / Weighting: 10
Price - Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Housekeeping
Lot No:2
II.2.2) Additional CPV code(s):
90910000 - Cleaning services.
90922000 - Pest-control services.
77314000 - Grounds maintenance services.
98341120 - Portering services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Lot 2 is for the cleaning, grounds maintenance, logical support and pest control within this contract for The Natural History Museum estate.
II.2.5) Award criteria:
Quality criterion - Name: Understanding of Brief and Requirements / Weighting: 5
Quality criterion - Name: Quality of Response / Weighting: 5
Quality criterion - Name: Proposed Solution / Weighting: 35
Quality criterion - Name: KPI's and SLA's Proposed / Weighting: 10
Quality criterion - Name: Approach to Sustainability / Weighting: 5
Quality criterion - Name: Technical Experience and References / Weighting: 10
Price - Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
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
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Hard Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/03/2016
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
CBRE Ltd
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,700,000
Total value of the contract/lot: 1,700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Soft Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 08/03/2016
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Total Support Solutions Ltd
London, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,600,000
Total value of the contract/lot: 1,600,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=225804537
VI.4) Procedures for review
VI.4.1) Review body
The Chartered Institute of Arbitrators
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/11/2016