Awarded contract

Hard Facilities Management Services

  • Scottish Fire and Rescue Service

F03: Contract award notice

Notice reference: 2021/S 000-022220

Published 8 September 2021, 8:45am



Section one: Contracting authority

one.1) Name and addresses

Scottish Fire and Rescue Service

Headquarters, Westburn Drive

Cambuslang

G72 7NA

Email

ashley.gould@firescotland.gov.uk

Telephone

+44 1416464637

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://firescotland.gov.uk

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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £128,000,000

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: potential tenderers must note that this element is being reviewed and may not be included in the final scope

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: 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

Price - 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 by up to three further periods of up to 12 months each

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 000-003197


Section five. Award of contract

Contract No

APR413011 T6C-055-2021

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 September 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 5

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Robertson Facilities Management (FM)

Castle Business Park

Stirling

FK9 4TZ

Telephone

+44 1786431600

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £132,000,000

Total value of the contract/lot: £128,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 20 %

Short description of the part of the contract to be subcontracted

Elements of preventative and reactive maintenance services


Section six. Complementary information

six.3) Additional information

(SC Ref:666481)

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.