Tender

Hard Facilities Management Service

  • Liverpool City Council

F02: Contract notice

Notice identifier: 2021/S 000-017408

Procurement identifier (OCID): ocds-h6vhtk-02b174

Published 22 July 2021, 5:48pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Ms Catherine Bacon

Email

Catherine.Bacon@liverpool.gov.uk

Country

United Kingdom

NUTS code

UKD72 - Liverpool

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21

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

Email

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