Section one: Contracting authority
one.1) Name and addresses
Liverpool City Council
4th Floor, Cunard Building
Liverpool
L3 1DS
Contact
Ms Catherine Bacon
Catherine.Bacon@liverpool.gov.uk
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
Buyer's 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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hard Facilities Management Service
Reference number
DN532104
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Liverpool City Council (The Council) is seeking a provider of a professional Hard Facilities Management (FM) Services Solution that delivers high quality services across its estate, that achieve value for money, statutory compliance and contributes positively to protecting the brand integrity of The Council.
two.1.5) Estimated total value
Value excluding VAT: £15,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
The Council is seeking a collaborative, partnership approach to delivering these services.
The Service Provider is expected to recognise and actively deliver on the below key requirements:
- Delivery of a High Quality and Tailored Hard FM Services solution for The Council's portfolio of properties. The nature of the estate demands a flexibility in accommodating the increase and decrease of property on an ongoing basis without detriment to the Services.
- Working in collaboration with The Council to ensure a Statutorily Compliant and Safe Environment is clearly demonstrable across the portfolio of properties.
- To deploy techniques, equipment, innovation and contract management that result in a consistent outcome that meets the required standards.
- To deliver a solution that through a genuine best value approach derives an economical and efficient service arrangement for The Council.
- All Services shall be performed in a manner that minimises disruption to the working environment, the internal maintenance teams, the staff, visitors and members of the public, whilst ensuring optimal productivity and utilisation of resources.
- To proactively recognise and promote the Social Responsibilities as defined within The Council's Fair City Policy, alongside the Service Providers own policy.
- To integrate seamlessly with The Council's Strategic Delivery of Services, adopting the Concerto Computer Aided Facilities Management (CAFM) System as the single Data Centre for all information produced as a result of the Services Delivered.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical Criteria / Weighting: 55
Quality criterion - Name: Fair City/Social Value / Weighting: 10
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 1 year possible extensions.
two.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:
Please refer to Selection Questionnaire for details.
The Selection Questionnaire follows the Crown Commercial Service recommended form with the following optional questions included:
Technical and Professional Ability – 20%
Diverse Hard FM Services – 15%
Mobilisation – 15%
Computer Aided Facilities Management (CAFM) Systems – 15%
Social Value and Sustainability – 10%
Best Value, Innovation and Added Value – 10%
Customer Satisfaction – 5%
Business Continuity Planning – 10%
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
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
Please refer to "Objective criteria for choosing the limited number of candidates".
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.2.3) 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: 2021/S 000-010755
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 September 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Liverpool City Council
Cunard Building
Liverpool
L3 1DS
catherine.bacon@liverpool.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
CEDR
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom