Opportunity

Hard Facilities Management Services

  • London Borough of Wandsworth
  • London Borough of Richmond upon Thames

F02: Contract notice

Notice reference: 2021/S 000-024424

Published 1 October 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Contact

Eric Desveaux

Email

Eric.Desveaux@richmondandwandsworth.gov.uk

Telephone

+44 2088717059

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.wandsworth.gov.uk/

one.1) Name and addresses

London Borough of Richmond upon Thames

Civic Centre, 44 York Street

Twickenham

TW1 3BZ

Email

eric.desveaux@richmondandwandsworth.gov.uk

Country

United Kingdom

NUTS code

UKI75 - Hounslow and Richmond upon Thames

Internet address(es)

Main address

https://www.richmond.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./J6UU6T77SR

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 Services

Reference number

2521

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Wandsworth Borough Council and the London Borough of Richmond upon Thames (the "Councils") operate a shared staffing arrangement. The Councils are seeking to appoint a Contractor or Contractors via a restricted procurement opportunity for Hard Facilities Management Services. This Hard Facilities Management Services will be split into three Lots:

Lot 1: Building Fabric Maintenance Services

Lot 2: Electrical Services

Lot 3: Mechanical Services

The Councils will be utilising the SFG20 Maintenance Task Schedules for the Services required and the BCIS rates.

Potential Tenderers should note that the Services under each Contract may be extended to the schools within both boroughs as accessing parties. The Scope of Service for schools is not given at this stage.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any one or more Lot may be awarded to a single Contractor. Award of each Lot will be based on the most economically advantageous tender scoring the highest overall evaluation score, considering non-price, social value and price.

two.2) Description

two.2.1) Title

Building Fabric Maintenance Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West
Main site or place of performance

Inner London – West

two.2.4) Description of the procurement

Building Fabric Maintenance Services including reactive repairs and statutory/mandatory planned preventative

maintenance

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

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

up to three years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Refer to SQ

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/J6UU6T77SR

two.2) Description

two.2.1) Title

Electrical Maintenance Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West
Main site or place of performance

Inner London – West

two.2.4) Description of the procurement

Electrical Services including lifts, emergency lighting and fire alarms, lightning protection, PAT testing, UPS and more.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Up to three years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Refer to SQ

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) Description

two.2.1) Title

Mechanical Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 50712000 - Repair and maintenance services of mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West
Main site or place of performance

Inner London – West

two.2.4) Description of the procurement

Mechanical Services including air conditioning, heating and water hygiene and more

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,000,000

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

Up to three years

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Refer to the SQ

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.1.2) 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

Refer to documents


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 November 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 November 2021

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: No

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./J6UU6T77SR

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/J6UU6T77SR

GO Reference: GO-2021101-PRO-19006803

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall, Westminster

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015(SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the authorities to amend any document and may award damages.

If the contract has been entered into the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall, Westminster

London

SW1A 2AS

Country

United Kingdom