Section one: Contracting authority
one.1) Name and addresses
Scottish Public Pensions Agency
7 Tweedside Park, Tweedbank
Galashiels
TD1 3TE
Telephone
+44 1896893000
Country
United Kingdom
NUTS code
UKM91 - Scottish Borders
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00385
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SPPA Facilities Management
Reference number
SPPA2027-08/2023/008
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
SPPA are looking to appoint a single provider for facilities management at their office in Tweedbank. The contract will for an initial period of 4 year with an option of a further one plus one years extension.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 45310000 - Electrical installation work
- 45259300 - Heating-plant repair and maintenance work
- 50700000 - Repair and maintenance services of building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 50712000 - Repair and maintenance services of mechanical building installations
- 90910000 - Cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKM91 - Scottish Borders
Main site or place of performance
SPPA, 7 Tweedside Park, Tweedbank, TD1 3TE
two.2.4) Description of the procurement
The provision of Facilities Management for SPPA. The procurement will be a Single stage, open procurement
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Two x One year extensions.
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
As per SPD
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Question 4B.1.2
The financial information is reviewed to ascertain if the potential tenderer's financial standing is sufficient to allow it to be able to deliver
the contract requirements. Due to the value and assessed risk with this procurement, tenderers' will be required to demonstrate a minimum
average turnover of 300,000.00 GBP per annum over the last two years for which accounts/financial statements are required.
If the minimum average turnover is not available due to the service providers' status or length of time trading, suppliers should submit a banker's
reference or alternative information to demonstrate their financial capability.
If financial information is not provided, SPPA reserves the right to request alternative information that may assist us in managing any
residual risk or to remove the tenderer from the tender process.
SPD Question 4B.3
Where turnover information is not available for the time period requested, the bidder is required to state the date which they were set up or
started trading.
SPD Question 4B.4
Tenderers will be required to state the value for the liquidity ratio. The liquidity ratio should be equal to or no greater than 0.8.
SPD 4B.5.1
It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below:
Employers' (Compulsory) Liability Insurance in accordance with any legal obligation for the time being in force = 5,000,000 GBP
Public Liability Insurance = 2,000,000 GBP for any one incident and unlimited in total
Professional Indemnity Insurance = 2,000,000 GBP for any one incident and unlimited in total.
Please add details of any other relevant insurance policies you may have, along with the level of cover held.
Minimum level(s) of standards possibly required
Minimum average turnover 300,000.00 GBP per annum.
Liquidity ratio equal to or no greater than 0.8.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2 - Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the specification.
Tenderers are required to provide 3 recent case studies detailing their experience over the last 3 years of providing facilities management services and relevant add-ons.
Case studies should (where possible) also include client name/telephone/ e-mail address information, dates and contract values. SPPA will have discretion to choose from the list, and thereafter obtain at least two references from the tenderers' client base.
Tenderers must demonstrate they have relevant experience of delivering a facilities management services similar to our requirements.
SPD Question 4.C4
If tenderers intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Minimum level(s) of standards possibly required
Q4C.1.2 minimum of 3 relevant case studies.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender documents
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 November 2023
Local time
12:00pm
Changed to:
Date
21 November 2023
Local time
12:00pm
See the change notice.
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)
four.2.7) Conditions for opening of tenders
Date
14 November 2023
Local time
12:00pm
Place
Virtual
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years after contract award
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=739369.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:739369)
six.4) Procedures for review
six.4.1) Review body
Selkirk Sheriff Court
Selkirk
TD7 4LE
Telephone
+44 750721269
Country
United Kingdom