Section one: Contracting authority
one.1) Name and addresses
Forth Valley College
Grangemouth Road
Falkirk
FK2 9AD
Contact
Angela Van Gelder
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Facilities Management Services
Reference number
EST-2022-04
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including:
Facilities Management Helpdesk; including the maintenance of the asset records
Asset Information Model
Building Information Modelling (support and maintenance)
Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system)
Lighting Management System - manage and maintain (Falkirk Campus – Zumtobel)
Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance
Grounds Maintenance (Hard and Soft)
Pest Control
Energy & Utilities Monitoring
Cleaning
Waste Management
Other related services as required
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: £13,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 48421000 - Facilities management software package
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50750000 - Lift-maintenance services
- 98514000 - Domestic services
- 90620000 - Snow-clearing services
- 90630000 - Ice-clearing services
- 90690000 - Graffiti removal services
- 77314000 - Grounds maintenance services
- 90922000 - Pest-control services
- 71314200 - Energy-management services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Falkirk, Alloa and Stirling
two.2.4) Description of the procurement
The College is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) services at the College's campuses in Falkirk, Stirling and Alloa.
The College's existing portfolio is as follows:
Falkirk Campus, January 2020, 21,703 sq.m, Single Building comprises ground & first floor, Total Hours of operation per annum is 3300, Energy Saving Features are Rainwater harvesting system, solar panels, mix of natural ventilation, mechanical ventilation and naturally ventilated, energy piles, gas heating, underfloor heating, LED lighting, chill beams, BREEAM “Very Good‟ rating, EPC Rating B (as at December 2019). Operational Hours are 6.30am to 5.30 pm (Mon, Wed, Fri), 6am to 9pm (Tues Thurs, during term times)
Alloa Campus, Opened in August 2011, 5,786 sq.m, Single Building comprises Lower Ground (Floor 0), Ground (Floor 1) and First Floor (Floor 2), Total hours of operation per annum – 2750, Energy Saving Features include Rainwater harvesting system, solar thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM “Excellent‟ rating. EPC Rating B (at July 2011). Operational Hours are 7am to 6.00 pm (Mon - Fri during Term Time)
Stirling Campus, Opened March 2012, 7,989 sq.m, Single Building comprises Ground Floor and First Floor, Total Hours of operation per annum are 3050. Energy Saving Features include Rainwater harvesting system, solar Thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM "Excellent" rating. EPC Rating C (at April 2022). Operational Hours are 7am to 6.00 pm (Mon, Wed, Fri), 7am to 9pm (Tues Thurs, all year)
The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including:
Facilities Management Helpdesk; including the maintenance of the asset records
Asset Information Model
Building Information Modelling (support and maintenance)
Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system)
Lighting Management System - manage and maintain (Falkirk Campus – Zumtobel)
Planned & Reactive Building Fabric & Building Services Maintenance, PPMS, and Statutory Maintenance
Grounds Maintenance (Hard and Soft)
Pest Control
Energy & Utilities Monitoring
Cleaning
Waste Management
Other related services as required
It is the College's view that Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) shall relate to this Contract.
The College recognises the values of, and supports actions to, enable a well-motivated and dedicated workforce both in its own organisation and in those of its clients and suppliers. The College supports the implementation of Fair Work First. The College is an accredited employer under the Scottish Living Wage scheme https://scottishlivingwage.org/ and that requires all staff employed on their premises to receive remuneration payments that at least conform with the current Real Living Wage of 12.00GBP per hour. Please refer to the Instruction to Bidders Document for more information.
Furthermore, the College wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015.
The College expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.
two.2.5) Award criteria
Quality criterion - Name: Proposed Strategic Model & Structure / Weighting: 4
Quality criterion - Name: Fair Work including Human Resources (HR) Policies and Procedures / Weighting: 2
Quality criterion - Name: Approach to Innovation & Continuous Improvement / Weighting: 2
Quality criterion - Name: Quality Control and Performance Management / Weighting: 2
Quality criterion - Name: Mobilisation / Weighting: 2
Quality criterion - Name: Communication with the Client’s Management Team and other Service Providers / Weighting: 1
Quality criterion - Name: Service Team Approach / Weighting: 1
Quality criterion - Name: Process for Managing Works / Weighting: 1
Quality criterion - Name: Community Benefits / Weighting: 2
Quality criterion - Name: Sustainability Management / Weighting: 3
Quality criterion - Name: Operational Management / Weighting: 6
Quality criterion - Name: Health and Safety Services / Weighting: 2
Quality criterion - Name: Helpdesk and Computer Aided FM (CAFM) / Weighting: 2
Quality criterion - Name: Planned, Reactive and Statutory Maintenance / Weighting: 9
Quality criterion - Name: Grounds Maintenance / Weighting: 2
Quality criterion - Name: Performance Mechanism and KPIs / Weighting: 2
Quality criterion - Name: Presentation / Weighting: 10
Quality criterion - Name: Cleaning & Associated Services / Weighting: 7
Cost criterion - Name: Pricing Schedule - Total Cost / Weighting: 36
Cost criterion - Name: Pricing Schedule - Average Hourly Rates / Weighting: 4
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2023/S 000-031886
Section five. Award of contract
Contract No
EST-2022-04
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FES FM Ltd
Forth House, Pirnhall Business Park
Stirling
FK7 8HW
Telephone
+44 1786458888
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.fes-group.co.uk/group-services/facilities-management/
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: £13,500,000
Total value of the contract/lot: £13,500,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £4,050,000
Proportion: 30 %
Short description of the part of the contract to be subcontracted
LEV, Solar, Auto Doors, Waste, Pat Testing, Water Coolers, Deep Cleaning, Pest Control, Evac Chairs, Window Cleaning, Lifts, Fire Prevention Maintenance, BMS, Rainwater Harvesting, Lifting/Hoist Maintenance, Boilers, Lighting Controls, Air Compressors, Grounds Maintenance, Gas Detection and Monitoring
Section six. Complementary information
six.3) Additional information
This contract is for a period of 5 years plus 2 x 24 month optional extension periods. The overall estimated value has accounted for the optional extension periods, an estimated 4% annual increase in CPI, reactive works outwith the limited threshold and potential ad-hoc works projects. These aspects are all unknown at this stage therefore the contract value may vary up or down from the total value stated in this notice.
(SC Ref:772480)
six.4) Procedures for review
six.4.1) Review body
Camelon Sheriff Court
Main Street
Camelon, Falkirk
FK14AR
Country
United Kingdom