University of Suffolk: UOS Facilities Management

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

Notice Summary
Title: UOS Facilities Management
Notice type: Contract Notice
Authority: University of Suffolk
Nature of contract: Services
Procedure: Open
Short Description: UOS is looking to appoint up to two Contractor(s) or Service Provider(s) to deliver Hard and Soft Facilities Managed Service as described in Document 2: Schedule 5.2. The intention is to enter into a contract arrangement with UOS and Contract Commencement Date in May 2024 for three (3) years with an option to extend two (2) years, with a further option to extend another two (2) years up to a maximum duration of seven (7) years. These extensions will be subject to meeting the KPIs The contract arrangements are divided into two lot(s). Tenderers may bid for and may be appointed to either or both; •Lot 1 (Hard FM only); or •Lot 2 (Soft FM only)
Published: 21/11/2023 17:05
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-Ipswich: Facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Suffolk
             Waterfront Building, Neptune Marina, Ipswich, IP4 1QJ, United Kingdom
             Tel. +44 1473338350, Email: delivery@exceeding.co.uk
             Contact: Paula Jarvis
             Main Address: https://www.uos.ac.uk
             NUTS Code: UKH14
      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.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-Ipswich:-Facilities-management-services./Y5884YR5N6
      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
            Other type:: Higher Education
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UOS Facilities Management       
      Reference Number: UOS-S000872
      II.1.2) Main CPV Code:
      79993100 - Facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: UOS is looking to appoint up to two Contractor(s) or Service Provider(s) to deliver Hard and Soft Facilities Managed Service as described in Document 2: Schedule 5.2.

The intention is to enter into a contract arrangement with UOS and Contract Commencement Date in May 2024 for three (3) years with an option to extend two (2) years, with a further option to extend another two (2) years up to a maximum duration of seven (7) years. These extensions will be subject to meeting the KPIs

The contract arrangements are divided into two lot(s). Tenderers may bid for and may be appointed to either or both;

•Lot 1 (Hard FM only); or
•Lot 2 (Soft FM only)       
      II.1.5) Estimated total value:
      Value excluding VAT: 11,000,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Hard Facilities Management       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: The scope to be delivered under this contract agreement will include Hard FM services and some service(s) may be optional. The scope may include planned maintenance, remedial work(s) following testing, some minor refurbishment and improvement works, provision of new installations, repair, replacement and / or removal of Hard FM Services, the full list can be found in the Specification
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Standard Questions / Weighting: Pass / Fail
            Quality criterion - Name: Key Account Manager / Resources / Weighting: 5
            Quality criterion - Name: Sustainability, Social Value & Net Zero / Weighting: 10
            Quality criterion - Name: Quality of Works & Services / Weighting: 15
            Quality criterion - Name: Critical Response Times / Weighting: 5
            Quality criterion - Name: Efficiencies / Weighting: 15
            Quality criterion - Name: Mobilisation Plan / Weighting: 10
            Quality criterion - Name: Innovation / alternative proposal / Weighting: Information
            Quality criterion - Name: Criterion 9 / Weighting: 10
                        
            Cost criterion - Name: All Priced Elements and Asset Register / Weighting: 32
            Cost criterion - Name: Day & Hourly Rate / Weighting: 5
            Cost criterion - Name: Scenario / Weighting: 3
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: You may offer an alternative proposal, but your offer must include/cover the following:

i.Alternative proposal must meet the minimum stated requirements described in Document 2: Schedule 5.1 and must be submitted as an additional proposal (limited to one alternative proposal only).
ii.Include in your proposal low to no carbon solution(s);
iii.The cost of your alternative proposal must not exceed plus or minus 20% of the cost submitted in your Schedule 6.0 – Commercial.
iv.The proposal must provide value for the money to UOS during the contract period. It must show a detailed year-on-year cost plan and detailed information of the proposal.
      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. 2
      
      II.2.1) Title: Soft Facilities Management       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: The scope to be delivered under this contract agreement will include Hard FM services and some service(s) may be optional. The scope may include planned maintenance, remedial work(s) following testing, some minor refurbishment and improvement works, provision of new installations, repair, replacement and / or removal of Hard FM Services, the full list can be found in the Specification
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Standard questions / Weighting: Pass / Fail
            Quality criterion - Name: Key Account Manager / Resources / Weighting: 5
            Quality criterion - Name: Sustainability, Social Value & Net Zero / Weighting: 10
            Quality criterion - Name: Quality of Works & Services / Weighting: 15
            Quality criterion - Name: Critical Response Times / Weighting: 5
            Quality criterion - Name: Efficiencies / Weighting: 15
            Quality criterion - Name: Mobilisation Plan / Weighting: 10
            Quality criterion - Name: Innovation / alternative proposal / Weighting: Information
                        
            Cost criterion - Name: All Priced Elements and Asset Register / Weighting: 32
            Cost criterion - Name: Hourly & Day Rates / Weighting: 5
            Cost criterion - Name: Scenario / Weighting: 3
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: You may offer an alternative proposal, but your offer must include/cover the following:

i.Alternative proposal must meet the minimum stated requirements described in Document 2: Schedule 5.1 and must be submitted as an additional proposal (limited to one alternative proposal only).
ii.Include in your proposal low to no carbon solution(s);
iii.The cost of your alternative proposal must not exceed plus or minus 20% of the cost submitted in your Schedule 6.0 – Commercial.
iv.The proposal must provide value for the money to UOS during the contract period. It must show a detailed year-on-year cost plan and detailed information of the proposal.
      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:          
      As per Tender documentation    
      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          
      Not Provided          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: 09/01/2024 Time: 12:00
            
      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): 12
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/01/2024
         Time: 12:00
      

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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ipswich:-Facilities-management-services./Y5884YR5N6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y5884YR5N6
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Suffolk
       Waterfront Building, Neptune Marina, Ipswich, IP4 1LZ, United Kingdom
       Tel. +44 1473338350
   VI.4.2) Body responsible for mediation procedures:
             University Campus Suffolk
          St Edmund House, Ipswich, IP4 1LZ, United Kingdom
          Tel. +44 1473251166
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/11/2023

Annex A


View any Notice Addenda

View Award Notice