The British Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | British Museum Hard Facilities Management |
Notice type: | Contract Notice |
Authority: | The British Museum |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Hard FM services to the Museum’s London estate and storage facilities in Reading and Salisbury |
Published: | 26/07/2021 14:46 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Trustees of the British Museum
The British Museum, Great Russell Street, London, WC1B 3DG, United Kingdom
Tel. +44 2073238264, Email: procurement@britishmuseum.org
Main Address: https://www.britishmuseum.org
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.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:-Facilities-management-services./2943UB63E5
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
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: British Museum Hard Facilities Management
Reference Number: BM.21.008
II.1.2) Main CPV Code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Hard FM services to the Museum’s London estate and storage facilities in Reading and Salisbury
II.1.5) Estimated total value:
Value excluding VAT: 28,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
UKJ11 Berkshire
II.2.4) Description of procurement: Facilities Management (Hard FM) of the historical Museum estate and assets including maintenance and repairs of MEP system and assets and building Fabric. The provision of Helpdesk services, room booking administration and provision of the CAFM system.
Anticipated contract duration of an initial five (5) years from the commencement date plus a maximum of three (3) one (1) year extensions.
The contract value included in II.1.5 and II.2.6 is total value based the mid-range of the expected values excluding variable costs per year. The expected range of value for the procurement excluding variable costs is £3m-£4m per year. The estimated volume of variable costs, based on 2019-2020 data is £700,000 per year.
Participants should note that the Museum are also procuring the supply of Soft Facilities Management services via a separate procurement process (also advertised via the Find a Tender Service). Participants are advised that they must not bid for both Hard FM and Soft FM contract opportunities. From a risk management perspective, the Museum’s preference is to have separate suppliers for each of the Hard FM and Soft FM services. Participants that submit a completed Selection Questionnaire for both Hard FM Services and Soft FM Services will be asked to withdraw from one of the procurement processes. For the avoidance of doubt, the Museum will not be accepting variant bids (i.e. a TFM solution) as part of either the Hard FM or the Soft FM procurement process.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 28,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: An initial sixty (60) months from the commencement date, plus a maximum of three (3) optional twelve (12) month extensions.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
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:
As stated within the procurement documents
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
As stated within the procurement documentation
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2021/S 000 - 011088
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/08/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/09/2021
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: Not Provided
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: 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./2943UB63E5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2943UB63E5
VI.4) Procedures for review
VI.4.1) Review body:
The British Museum
Great Russell Street, London, WC1B 3DG, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Internet address: http://www.ciarb.org
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: 26/07/2021
Annex A