Tender

SPPA Facilities Management

  • Scottish Public Pensions Agency

F02: Contract notice

Notice identifier: 2023/S 000-028457

Procurement identifier (OCID): ocds-h6vhtk-040413

Published 27 September 2023, 9:45am



The closing date and time has been changed to:

21 November 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Public Pensions Agency

7 Tweedside Park, Tweedbank

Galashiels

TD1 3TE

Email

michelle.lee@gov.scot

Telephone

+44 1896893000

Country

United Kingdom

NUTS code

UKM91 - Scottish Borders

Internet address(es)

Main address

http://www.sppa.gov.uk/

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