Section one: Contracting authority
one.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
ashley.gould@firescotland.gov.uk
Telephone
+44 1463723061
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hard Facilities Management Services
Reference number
T6C-055-2021
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Hard Facilities Management services throughout the Scottish Fire and Rescue Service estate
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
Scotland
two.2.4) Description of the procurement
Procurement of Hard Facilities Management Services comprising;
Helpdesk Services
24hr Emergency maintenance response
Routine maintenance provision
Planned preventative maintenance provision such as appliance bay doors
Statutory compliance such as gas, electrical, legionella testing and rectification
Grounds maintenance including winter gritting
Small works projects such low risk internal adaptations
Minor works projects such as. elemental upgrade such as roof replacement
professional, design and property consultancy services and Computer Assisted Facility Management (CAFM) services
Any other applicable property related services
two.2.5) Award criteria
Quality criterion - Name: Handover Plan / Weighting: 12
Quality criterion - Name: Service Delivery / Weighting: 11
Quality criterion - Name: Helpdesk / Weighting: 11
Quality criterion - Name: Systems/Systems Integration / Weighting: 7
Quality criterion - Name: Risk / Weighting: 5
Quality criterion - Name: Issues and Recovery / Weighting: 5
Quality criterion - Name: Supply Chain Management / Weighting: 4
Quality criterion - Name: Carbon Reduction / Weighting: 3
Quality criterion - Name: Waste Minimisation / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 2
Quality criterion - Name: Social Impact / Weighting: 3
Quality criterion - Name: Achievement of Equalities / Weighting: 2
Quality criterion - Name: Environmental Improvement / Weighting: 2
Cost criterion - Name: cost / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right at its sole discretion to extend the contract as set out above
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: 2021/S 000-003181
Section five. Award of contract
Contract No
T6C-055-2021
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.3) Additional information
The Contracting Authority is a member of the Supplier Development Programme (SDP) and will engage with the SDP in order to maximise sub-contract opportunities throughout its operational area. The successful contractor will be expected to work with the SDP in relevant areas to maximise such opportunities. The successful contractor will also be encouraged to attain Corporate Membership of the SDP
Quality Assurance (Pass/Fail): Requirement - Quality Management Procedures 1. The candidate must hold a UKAS (or equivalent) accredited independent party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or must demonstrate this by other suitable means as set out in the attached document
Environmental Standards: Requirement - The Candidate must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or must demonstrate this by other suitable means as set out in the attached document
(SC Ref:644631)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all
tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing
system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to
tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court
or the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court
proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or
establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order,
brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available
to the courts are detailed in the regulations.