University of Essex: Provision of Total Facilities Management Services

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

Notice Summary
Title: Provision of Total Facilities Management Services
Notice type: Contract Notice
Authority: University of Essex
Nature of contract: Services
Procedure: Restricted
Short Description: The University of Essex is seeking tenders for the provision of Total Facilities Management (TFM) services. A Framework Agreement shall be established with a single contractor. Under the Framework, an individual call-off contract for the provision of Hard and Soft FM services at the University's Southend and Loughton campuses and part of its Colchester campus will immediately be awarded by the University. It is currently proposed that Southend-on-Sea Forum Management Ltd (The Forum) may also award a call-off contract during the Framework period for the provision of hard and soft FM services at The Forum building in Southend-on-Sea. The Forum shall reserve the right to determine whether or not to award a call-off contract. Southend-on-Sea Forum Management Ltd is jointly owned by the University of Essex, Southend-on-Sea Borough Council and South Essex College of Further and Higher Education. The call-off contract terms shall be NEC3 Option A Terms Service Contract.
Published: 28/10/2016 17:25
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-Colchester: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Essex
             Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
             Tel. +44 1206876197, Email: procure@essex.ac.uk
             Contact: Central Procurement Unit
             Main Address: http://www.essex.ac.uk, Address of the buyer profile: http://www.essex.ac.uk/purchasing
             NUTS Code: UKH3
      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: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Total Facilities Management Services       
      Reference Number: T622
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The University of Essex is seeking tenders for the provision of Total Facilities Management (TFM) services. A Framework Agreement shall be established with a single contractor. Under the Framework, an individual call-off contract for the provision of Hard and Soft FM services at the University's Southend and Loughton campuses and part of its Colchester campus will immediately be awarded by the University.

It is currently proposed that Southend-on-Sea Forum Management Ltd (The Forum) may also award a call-off contract during the Framework period for the provision of hard and soft FM services at The Forum building in Southend-on-Sea. The Forum shall reserve the right to determine whether or not to award a call-off contract. Southend-on-Sea Forum Management Ltd is jointly owned by the University of Essex, Southend-on-Sea Borough Council and South Essex College of Further and Higher Education.

The call-off contract terms shall be NEC3 Option A Terms Service Contract.       
      II.1.5) Estimated total value:
      Value excluding VAT: 9,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      50000000 - Repair and maintenance services.
      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.
      50324200 - Preventive maintenance services.
      50531200 - Gas appliance maintenance services.
      50800000 - Miscellaneous repair and maintenance services.
      79992000 - Reception services.
      79710000 - Security services.
      90911000 - Accommodation, building and window cleaning services.
      90922000 - Pest-control services.
      98341120 - Portering services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: Tender submissions will be assessed specifically for the University’s call-off contract. Tenderers’ proposals and pricing information will also be assessed to enable The Forum’s call-off contract to be taken up. Tender information submitted by the successful tenderer will be used as the basis for all price and quality proposals for any and all call-off contracts that may be awarded under the Framework.

Tenderers will be required to provide a fixed Schedule of Rates (SoR) which will be used to calculate all call-off contract prices under the Framework, including the University and the Forum call-offs. Tenderers will be required to provide a call-off contract price for the University using the fixed SoR. The University’s call-off contract price will be evaluated. The SoR itself will not be evaluated.

The Framework Agreement shall be for a period of 4 years. The initial call-off contract to be immediately awarded by the University under the Framework will be for an initial period of 39 months with an option to extend annually for a further two 12 month periods (39+12+12 months).

The estimated value of the contract to be awarded by the University under this Framework is £1 million per annum.
The estimated value of The Forum contract, if awarded, is £1.1 million per annum.

The call-off contract to be awarded by the University under this Framework is to replace an existing contract, therefore the TUPE regulations shall apply.

The following Contracting Authorities shall be entitled to use the Framework Agreement:
University of Essex
Southend-on-Sea Forum Management Ltd.
Southend-on-Sea Borough Council
South Essex College of Further and Higher Education
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 50
                        
            Price - Weighting: 50
                              
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2017 / End: 31/03/2021       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      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: Selection Questionnaires will be evaluated and the 6 highest scoring applicants will be invited to tender.
      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          
      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
      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    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         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: Yes       
   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: 28/11/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/12/2016       
      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): 3
      
      

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: Selection Questionnaires (SQs) must be submitted by the deadline stated within Section IV.2.2 of this Notice.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
This is a 2-stage Restricted Tender Process and University of Essex is only requesting SQs at this stage. For information purposes only, a draft copy of the specification, Framework terms and Call-Off Contract terms have been uploaded onto Delta. Please note that these documents are subject to amendment and final versions will be published at ITT stage. Applicants must not submit any of these documents as part of their SQ submission.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
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.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Building-and-facilities-management-services./2695BKT39H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2695BKT39H
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Essex
       Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
       Tel. +44 1206876197, Email: procure@essex.ac.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    University of Essex shall incorporate a 10 calendar day standstill period at the point information on the award of the Framework is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the University before the Framework is entered into.    
   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: 28/10/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Colchester: Building and facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Essex
       Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
       Tel. +44 1206876197, Email: procure@essex.ac.uk
       Contact: Central Procurement Unit
       Main Address: http://www.essex.ac.uk, Address of the buyer profile: http://www.essex.ac.uk/purchasing
       NUTS Code: UKH3

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of Total Facilities Management Services            
      Reference number: T622

      II.1.2) Main CPV code:
         79993000 - Building and facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The University of Essex is seeking tenders for the provision of Total Facilities Management (TFM) services. A Framework Agreement shall be established with a single contractor. Under the Framework, an individual call-off contract for the provision of Hard and Soft FM services at the University's Southend and Loughton campuses and part of its Colchester campus will immediately be awarded by the University.

It is currently proposed that Southend-on-Sea Forum Management Ltd (The Forum) may also award a call-off contract during the Framework period for the provision of hard and soft FM services at The Forum building in Southend-on-Sea. The Forum shall reserve the right to determine whether or not to award a call-off contract. Southend-on-Sea Forum Management Ltd is jointly owned by the University of Essex, Southend-on-Sea Borough Council and South Essex College of Further and Higher Education.

The call-off contract terms shall be NEC3 Option A Terms Service Contract.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 9,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.
            50000000 - Repair and maintenance services.
            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.
            50324200 - Preventive maintenance services.
            50531200 - Gas appliance maintenance services.
            50800000 - Miscellaneous repair and maintenance services.
            79992000 - Reception services.
            79710000 - Security services.
            90911000 - Accommodation, building and window cleaning services.
            90922000 - Pest-control services.
            98341120 - Portering services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
   
      Main site or place of performance:
      Essex
             

      II.2.4) Description of the procurement: Tenderers will be required to provide a fixed Schedule of Rates (SoR) which will be used to calculate all call-off contract prices under the Framework, including the University and the Forum call-offs. Tenderers will be required to provide a call-off contract price for the University using the fixed SoR. The University’s call-off contract price will be evaluated. The SoR itself will not be evaluated. The Framework Agreement shall be for a period of 4 years. The initial call-off contract to be immediately awarded by the University under the Framework will be for an initial period of 39 months with an option to extend annually for a further two 12 month periods (39+12+12 months). The estimated value of the contract to be awarded by the University under this Framework is £1 million per annum.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
                  
      Price - Weighting: 50
            

      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: T622    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/06/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Interserve (Facilities Management) Ltd
             Capital Tower, 91 Waterloo Road, London, SE1 8RT, United Kingdom
             Tel. +44 2032671200, Email: info.support@interserve.com
             Internet address: http://www.interserve.com/
             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: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: Selection Questionnaires (SQs) must be submitted by the deadline stated within Section IV.2.2 of this Notice.

This is a 2-stage Restricted Tender Process and University of Essex is only requesting SQs at this stage. For information purposes only, a draft copy of the specification, Framework terms and Call-Off Contract terms have been uploaded onto Delta. Please note that these documents are subject to amendment and final versions will be published at ITT stage. Applicants must not submit any of these documents as part of their SQ submission.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=272076344

   VI.4) Procedures for review

      VI.4.1) Review body
          University of Essex
          Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
          Tel. +44 1206876197, Email: procure@essex.ac.uk
          Internet address: www.essex.ac.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: University of Essex shall incorporate a 10 calendar day standstill period at the point information on the award of the Framework is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the University before the Framework is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/08/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Southend-on-Sea Forum Management Ltd
       The Forum Southend-On-Sea, Elmer Square, Southend-On-Sea, SS1 1NE, United Kingdom
       Email: council@southend.gov.uk
       Main Address: http://www.theforumsouthend.co.uk
       NUTS Code: UKH3
   
   2: Contracting Authority
       Southend-On-Sea Borough Council
       Civic Centre, Victoria Avenue, Southend on Sea, SS2 6ER, United Kingdom
       Email: council@southend.gov.uk
       Main Address: http://www.southend.gov.uk
       NUTS Code: UKH3
   
   3: Contracting Authority
       South Essex College of Further and Higher Education
       Luker Road, Southend-on-Sea, SS1 1ND, United Kingdom
       Email: learning@southessex.ac.uk
       Main Address: https://www.southessex.ac.uk/
       NUTS Code: UKH3