London Boroughs of Richmond and Wandsworth: Facilities Management Services

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Facilities Management Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Wandsworth Borough Council (the “Council”) is seeking to award two separate contracts for the provision of Facilities Management (“FM”) Services to Council properties – one for each of the following lots:•Lot 1 – Hard Facilities Management Services (“Hard FM Services”) and; •Lot 2 – Soft Facilities Management Services (“Soft FM Services”). Lot 1 Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all hard FM services including without limitation the following tasks:oBuilding maintenanceoMechanical and electrical maintenanceoFire safety maintenance;oControl of asbestos;oWater hygieneoMinor projects up to £5,000oStatutory inspections and testing (e.g. gas safety inspections);oMiscellaneous items such as lightning protection, clocks, pumps, ponds, water features, kitchen services (schools);oMonitoring and upkeep of records, locksmith services; andoAccess control hardware, automatic doors and gates.Lot 2 – Soft FM Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all soft FM services including without limitation the following tasks:•Cleaning•Catering – drinks machines in meeting rooms, water cooler maintenance, other hospitality services where required;•Room Booking and Community Lettings;•Waste Management;•Security Services - provision and management of Staff Identity and Access Cards; Building locking and unlocking; Key holding; •Access alarm monitoring; Emergency callouts;•Mail Services - mail receiving, porterage, sorting and distribution services;•Removal services -contract - the movement of office equipment, furniture and other materials;•Audio-visual equipment and voice announcement systems;•Portable Appliance Testing;•Pest Control;•Signage; •Misc services including: Flag flying; •Management archives•Health and Safety compliance and risk management; .The above lists of services under both Lots are not exhaustive. During the procurement process additional services may be included and the list of core and non-core properties (referred to below) may change.The Council buildings are categorised into “core” and “non-core” buildings. The Core buildings are within scope and will be included in the contract for both Lots. . The Council will have the option to require Hard FM Services and/or Soft FM Services to be provided to the non-core buildings but the exercise of this option is not guaranteed nor warranted by the Council. Non-core buildings include other properties such as youth services, parks, some leisure premises, maintained schools and Academy Schools.Both contracts will be for a duration of five (5) years, with an option for the Council to extend each contract by a further period or periods of up to two (2) years (total maximum contract period of 7 years). It is anticipated that the two contracts will commence in April 2016.
Published: 28/11/2014 18:09
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: Facilities management services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wandsworth Borough council
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715845, Email: dosborne@wandsworth.gov.uk, URL: www.wandsworth.gov.uk
      Contact: Central Procurement Team
      Electronic Access URL: www.delta-esourcing.com

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

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
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI11 - Inner London - West         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement: Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Facilities management services. Repair and maintenance services of building installations. Building and facilities management services. Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of central heating. Repair and maintenance services of cooler groups. Lift-maintenance services. Cleaning and sanitation services. Building installation work. Building completion work. Repair and maintenance services for pumps, valves, taps and metal containers and machinery. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Post and courier services. Reprographic services. Printing and related services. Building services. Building-cleaning services. Pest-control services. Closed-circuit television apparatus. Closed circuit television services. Signage. Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Fire-detection systems. Security equipment. Curtains. Smoke curtains. Lifts. Heating-plant repair and maintenance work. Fire-prevention installation works. Vending machines. Sanitary vending machines. Maintenance and repair of office machinery. Courier services. Electrical services. Energy-efficiency consultancy services. Energy-management services. Heating engineering services for buildings. Health and safety services. Security services. Alarm-monitoring services. Guard services. Surveillance services. Patrol services. Identification badge release services. Refuse and waste related services. Graffiti removal services. Cleaning services. Accommodation, building and window cleaning services. Office, school and office equipment cleaning services. School cleaning services. Portering services. Locksmith services. Archiving services. Internal office mail and messenger services. Emergency lighting equipment. Electrical machinery, apparatus, equipment and consumables; Lighting. Repair and maintenance services of catering equipment. Repair and maintenance services of firefighting equipment. Gas appliance maintenance services. Landscaping work. Lightning-protection works. Machinery and apparatus for filtering or purifying water. Installation services of machinery and apparatus for filtering or purifying water. Help-desk and support services. Wandsworth Borough Council (the “Council”) is seeking to award two separate contracts for the provision of Facilities Management (“FM”) Services to Council properties – one for each of the following lots:•Lot 1 – Hard Facilities Management Services (“Hard FM Services”) and; •Lot 2 – Soft Facilities Management Services (“Soft FM Services”). Lot 1 Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all hard FM services including without limitation the following tasks:oBuilding maintenanceoMechanical and electrical maintenanceoFire safety maintenance;oControl of asbestos;oWater hygieneoMinor projects up to £5,000oStatutory inspections and testing (e.g. gas safety inspections);oMiscellaneous items such as lightning protection, clocks, pumps, ponds, water features, kitchen services (schools);oMonitoring and upkeep of records, locksmith services; andoAccess control hardware, automatic doors and gates.Lot 2 – Soft FM Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all soft FM services including without limitation the following tasks:•Cleaning•Catering – drinks machines in meeting rooms, water cooler maintenance, other hospitality services where required;•Room Booking and Community Lettings;•Waste Management;•Security Services - provision and management of Staff Identity and Access Cards; Building locking and unlocking; Key holding; •Access alarm monitoring; Emergency callouts;•Mail Services - mail receiving, porterage, sorting and distribution services;•Removal services -contract - the movement of office equipment, furniture and other materials;•Audio-visual equipment and voice announcement systems;•Portable Appliance Testing;•Pest Control;•Signage; •Misc services including: Flag flying; •Management archives•Health and Safety compliance and risk management; .The above lists of services under both Lots are not exhaustive. During the procurement process additional services may be included and the list of core and non-core properties (referred to below) may change.The Council buildings are categorised into “core” and “non-core” buildings. The Core buildings are within scope and will be included in the contract for both Lots. . The Council will have the option to require Hard FM Services and/or Soft FM Services to be provided to the non-core buildings but the exercise of this option is not guaranteed nor warranted by the Council. Non-core buildings include other properties such as youth services, parks, some leisure premises, maintained schools and Academy Schools.Both contracts will be for a duration of five (5) years, with an option for the Council to extend each contract by a further period or periods of up to two (2) years (total maximum contract period of 7 years). It is anticipated that the two contracts will commence in April 2016.
         
      II.1.6)Common Procurement Vocabulary:
         79993100 - Facilities management services.
         
         50700000 - Repair and maintenance services of building installations.
         
         79993000 - Building and facilities management services.
         
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         
         50720000 - Repair and maintenance services of central heating.
         
         50730000 - Repair and maintenance services of cooler groups.
         
         50750000 - Lift-maintenance services.
         
         90900000 - Cleaning and sanitation services.
         
         45300000 - Building installation work.
         
         45400000 - Building completion work.
         
         50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
         
         50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
         
         64100000 - Post and courier services.
         
         79520000 - Reprographic services.
         
         79800000 - Printing and related services.
         
         71315000 - Building services.
         
         90911200 - Building-cleaning services.
         
         90922000 - Pest-control services.
         
         32231000 - Closed-circuit television apparatus.
         
         92222000 - Closed circuit television services.
         
         34928470 - Signage.
         
         39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
         
         31625100 - Fire-detection systems.
         
         35121000 - Security equipment.
         
         39515100 - Curtains.
         
         39515110 - Smoke curtains.
         
         42416100 - Lifts.
         
         45259300 - Heating-plant repair and maintenance work.
         
         45343000 - Fire-prevention installation works.
         
         42933000 - Vending machines.
         
         42933100 - Sanitary vending machines.
         
         50310000 - Maintenance and repair of office machinery.
         
         64120000 - Courier services.
         
         71314100 - Electrical services.
         
         71314300 - Energy-efficiency consultancy services.
         
         71314200 - Energy-management services.
         
         71314310 - Heating engineering services for buildings.
         
         71317200 - Health and safety services.
         
         79710000 - Security services.
         
         79711000 - Alarm-monitoring services.
         
         79713000 - Guard services.
         
         79714000 - Surveillance services.
         
         79715000 - Patrol services.
         
         79716000 - Identification badge release services.
         
         90500000 - Refuse and waste related services.
         
         90690000 - Graffiti removal services.
         
         90910000 - Cleaning services.
         
         90911000 - Accommodation, building and window cleaning services.
         
         90919000 - Office, school and office equipment cleaning services.
         
         90919300 - School cleaning services.
         
         98341120 - Portering services.
         
         98395000 - Locksmith services.
         
         79995100 - Archiving services.
         
         64122000 - Internal office mail and messenger services.
         
         31518200 - Emergency lighting equipment.
         
         31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
         
         50883000 - Repair and maintenance services of catering equipment.
         
         50413200 - Repair and maintenance services of firefighting equipment.
         
         50531200 - Gas appliance maintenance services.
         
         45112700 - Landscaping work.
         
         45312310 - Lightning-protection works.
         
         42912300 - Machinery and apparatus for filtering or purifying water.
         
         51514110 - Installation services of machinery and apparatus for filtering or purifying water.
         
         72253000 - Help-desk and support services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: All lots

      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:
      The estimated total value for the Lot 1 (“Hard FM Services”) contract is 10430000GBP (for all buildings).The estimated total value for the Lot 2 ("Soft FM Services") contract is 2230000GBP (for all buildings)      
      
      II.2.2)Options: Yes
         If yes, description of these options: The contracts for both Lot 1 and Lot 2 will be for a duration of five (5) years with an option for the Council (in its discretion) to extend each contract by a further period or periods of up to two (2) years (total maximum contract period of 7 years).                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 84 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Hard Facilities Management Services

      1)Short Description:      
      Lot 1 Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all hard FM services including without limitation the following tasks:oBuilding maintenanceoMechanical and electrical maintenanceoFire safety maintenance;oControl of asbestos;oWater hygieneoMinor projects up to £5,000oStatutory inspections and testing (e.g. gas safety inspections);oMiscellaneous items such as lightning protection, clocks, pumps, ponds, water features, kitchen services (schools);oMonitoring and upkeep of records, locksmith services; andoAccess control hardware, automatic doors and gates. The above list of services is not exhaustive. During the procurement process additional services may be included and the list of core and non-core properties (referred to below) may change.The Council buildings are categorised into “core” and “non-core” buildings. The Core buildings are within scope and will be included in the contract for both Lots. . The Council will have the option to require Hard FM Services and/or Soft FM Services to be provided to the non-core buildings but the exercise of this option is not guaranteed nor warranted by the Council. Non-core buildings include other properties such as youth services, parks, some leisure premises, maintained schools and Academy Schools.

      2)Common Procurement Vocabulary:
         79993100 - Facilities management services.
                  50710000 - Repair and maintenance services of electrical and mechanical building installations.
                  50720000 - Repair and maintenance services of central heating.
                  50730000 - Repair and maintenance services of cooler groups.
                  50750000 - Lift-maintenance services.
                  45300000 - Building installation work.
                  45400000 - Building completion work.
                  50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
                  71315000 - Building services.
                  32231000 - Closed-circuit television apparatus.
                  92222000 - Closed circuit television services.
                  31625100 - Fire-detection systems.
                  39515100 - Curtains.
                  39515110 - Smoke curtains.
                  42416100 - Lifts.
                  45259300 - Heating-plant repair and maintenance work.
                  45343000 - Fire-prevention installation works.
                  71314100 - Electrical services.
                  71314300 - Energy-efficiency consultancy services.
                  71314200 - Energy-management services.
                  71314310 - Heating engineering services for buildings.
                  71317200 - Health and safety services.
                  98395000 - Locksmith services.
                  31518200 - Emergency lighting equipment.
                  31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
                  50883000 - Repair and maintenance services of catering equipment.
                  50413200 - Repair and maintenance services of firefighting equipment.
                  50531200 - Gas appliance maintenance services.
                  45112700 - Landscaping work.
                  45312310 - Lightning-protection works.
                  72253000 - Help-desk and support services.
                  50700000 - Repair and maintenance services of building installations.
                  79993000 - Building and facilities management services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 10,430,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 84
                                          
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Soft Facilities Management Services

      1)Short Description:      
      Lot 2 – Soft FM Services shall relate to tasks up to an individual value of £5,000. Tasks above that value shall be procured separately by the Council. The scope of the Contract includes all soft FM services including without limitation the following tasks:•Cleaning•Catering – servicing drinks machines in meeting rooms, water cooler maintenance and other hospitality services where required; Meeting Room bookings and management of ‘hot desk zones•Refuse collection and disposal, recycling, and management of special or hazardous waste.;•Security Services - provision and management of Staff Identity and Access Cards; Building locking and unlocking; Key holding; Access alarm monitoring; Emergency callouts;•Mail Services - mail receiving, porterage, sorting and distribution services courier services, porterage, flag flying;•Removal services - - the movement of office equipment, furniture and other materials;•Maintenance, operation, and provision for use at meetings of audio-visual equipment and voice announcement systems;•Portable Appliance Testing;•Pest Control;•Maintenance and replacement of all permanent signage; •Management of the archive store;•Day-to-day and operational responsibility for compliance (where appropriate) with health and safety, fire safety, risk management and Disability Discrimination Act 1995. ; This above list of services is not exhaustive. During the procurement process additional services may be included and the list of core and non-core properties (referred to below) may change.The Council buildings are categorised into “core” and “non-core” buildings. The Core buildings are within scope and will be included in the contract for this Lot. The Council will have the option to require Soft FM Services to be provided to the non-core buildings but the exercise of this option is not guaranteed nor warranted by the Council. Non-core buildings include other properties such as youth services, parks, some leisure premises, maintained schools and Academy Schools.The contract will be for a duration of five (5) years, with an option for the Council to extend by a further period or periods of up to two (2) years (total maximum contract period of 7 years). It is anticipated that the contract will commence in April 2016.

      2)Common Procurement Vocabulary:
         79993100 - Facilities management services.
                  79993000 - Building and facilities management services.
                  50710000 - Repair and maintenance services of electrical and mechanical building installations.
                  50720000 - Repair and maintenance services of central heating.
                  50730000 - Repair and maintenance services of cooler groups.
                  50750000 - Lift-maintenance services.
                  45300000 - Building installation work.
                  45400000 - Building completion work.
                  50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
                  71350000 - Engineering-related scientific and technical services.
                  90911200 - Building-cleaning services.
                  90922000 - Pest-control services.
                  34928470 - Signage.
                  39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
                  35121000 - Security equipment.
                  42933000 - Vending machines.
                  42933100 - Sanitary vending machines.
                  50310000 - Maintenance and repair of office machinery.
                  64120000 - Courier services.
                  79710000 - Security services.
                  79711000 - Alarm-monitoring services.
                  79713000 - Guard services.
                  79714000 - Surveillance services.
                  79715000 - Patrol services.
                  79716000 - Identification badge release services.
                  90500000 - Refuse and waste related services.
                  90690000 - Graffiti removal services.
                  90910000 - Cleaning services.
                  90911000 - Accommodation, building and window cleaning services.
                  90919000 - Office, school and office equipment cleaning services.
                  90919300 - School cleaning services.
                  98341120 - Portering services.
                  79995100 - Archiving services.
                  64122000 - Internal office mail and messenger services.
                  42912300 - Machinery and apparatus for filtering or purifying water.
                  51514110 - Installation services of machinery and apparatus for filtering or purifying water.
                  72253000 - Help-desk and support services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 2,230,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         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:
      As set out in the Pre-Qualification Questionnaire
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the Pre-Qualification Questionnaire
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As set out in the Pre-Qualification Questionnaire
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      As set out in the Pre-Qualification Questionnaire      
      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 Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire
      
      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 Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire      
      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: No       
      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: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         As set out in the Pre-Qualification Questionnaire      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: CPT/1480      
      IV.3.2)Previous publication(s) concerning the same contract: No

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



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/12/2014
         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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.With reference to section I.4 the Council wishes to offer the services to Academy schools within the Borough. If any Academy school wishes to take up this option then the Council will vary the contract to include the Academy premises. The Academies will then be included in the non-core properties list and the Contractor will provide services at the schools. Maintained schools will be included in the list of non-core properties at the commencement of the contract and economic operators should note that in the event that any maintained school converts to Academy status during the term the school/s may be removed from the Services.
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./V4R6G9U72M

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V4R6G9U72M
GO-20141128-PRO-6194868 TKR-20141128-PRO-6194867
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 20794760000

      VI.4.2)Lodging of appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 (Applications to the Court) of the Public Contracts Regulations 2006.   
   
      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: 28/11/2014

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
      Please see VI.3
      Please see VI.3, Please see VI.3, United Kingdom

View any Notice Addenda

View Award Notice