Section one: Contracting authority
one.1) Name and addresses
The Royal Parks Ltd
The Old Police House, Hyde Park
London
W2 2UH
Contact
Sarah Hadland
Telephone
+44 7977187243
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/85TW6M9556
Tenders or requests to participate must be submitted to the above-mentioned 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
https://www.delta-esourcing.com/tenders/UK-title/85TW6M9556
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Recreation, culture and religion
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Royal Parks Hard Facilities Management (FM) Services Contract
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Parks (TRP) The Royal Parks (TRP) are procuring a strategic partner to deliver hard FM services to our iconic estate. TRP is a charity that was created in 2017 to oversee and manage around 5,000 acres of Royal parkland across London. The estate contains around 600 different buildings and structures, 189 of these are listed assets such as the Albert Memorial in Kensington Gardens.
two.1.5) Estimated total value
Value excluding VAT: £42,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
TRP's procurement is for the delivery of the following services across our estate on the basis of an NEC4 FM Contract, for a 5 year + 1 + 1 Contract:
•Water Hygiene
•Helpdesk & CAFM services
•Planned Maintenance
•Reactive Maintenance
•Handyman Services
•Project Works
The contract has an estimated value of around £3.5m per annum, with additional project works taking this figure up to an estimated £6m per annum. The split in terms of value of works between M&E and fabric is approximately 50/50.
TRP's procurement is being run under the Restricted Procedure, with Bidders first required to submit Selection Questionnaires (SQ) by the specified deadline. Shortlisted suppliers will be invited to tender.
two.2.5) Award criteria
Quality criterion - Name: Quality (as further broken down in the procurement documents) / Weighting: 70
Cost criterion - Name: Price (as further broken down in the procurement documents) / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £42,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
There are two 12 month extension periods incorporated within the Contract. It is anticipated that the contract will be re-tendered in 4,5 or 6 years' time depending on whether the extensions are exercised.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/85TW6M9556
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-029767
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 February 2023
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between 2027 and 2029, depending on whether contract extensions are exercised.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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-London:-Building-and-facilities-management-services./85TW6M9556" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./85TW6M9556
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/85TW6M9556" target="_blank">https://www.delta-esourcing.com/respond/85TW6M9556
GO Reference: GO-2023120-PRO-21956048
six.4) Procedures for review
six.4.1) Review body
The Royal Parks Ltd
The Old Police House, Hyde Park
London
W2 2UH
Telephone
+44 7977187243
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
As above.
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As specified in Regulations 91 to 94 of the Public Contract Regulations
six.4.4) Service from which information about the review procedure may be obtained
The High Court (Technology & Construction Court)
Rolls Building, 7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals/technology-and-construction-court