Section one: Contracting authority
one.1) Name and addresses
University of Suffolk
Waterfront Building, Neptune Marina
Ipswich
IP4 1QJ
Contact
Paula Jarvis
Telephone
+44 1473338350
Country
United Kingdom
Region code
UKH14 - Suffolk
Internet address(es)
Main address
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-Ipswich:-Facilities-management-services./Y5884YR5N6
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
Other type
Higher Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UOS Facilities Management
Reference number
UOS-S000872
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
UOS is looking to appoint up to two Contractor(s) or Service Provider(s) to deliver Hard and Soft Facilities Managed Service as described in Document 2: Schedule 5.2.
The intention is to enter into a contract arrangement with UOS and Contract Commencement Date in May 2024 for three (3) years with an option to extend two (2) years, with a further option to extend another two (2) years up to a maximum duration of seven (7) years. These extensions will be subject to meeting the KPIs
The contract arrangements are divided into two lot(s). Tenderers may bid for and may be appointed to either or both;
•Lot 1 (Hard FM only); or
•Lot 2 (Soft FM only)
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Hard Facilities Management
Lot No
1
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Suffolk
two.2.4) Description of the procurement
The scope to be delivered under this contract agreement will include Hard FM services and some service(s) may be optional. The scope may include planned maintenance, remedial work(s) following testing, some minor refurbishment and improvement works, provision of new installations, repair, replacement and / or removal of Hard FM Services, the full list can be found in the Specification
two.2.5) Award criteria
Quality criterion - Name: Standard Questions / Weighting: Pass / Fail
Quality criterion - Name: Key Account Manager / Resources / Weighting: 5
Quality criterion - Name: Sustainability, Social Value & Net Zero / Weighting: 10
Quality criterion - Name: Quality of Works & Services / Weighting: 15
Quality criterion - Name: Critical Response Times / Weighting: 5
Quality criterion - Name: Efficiencies / Weighting: 15
Quality criterion - Name: Mobilisation Plan / Weighting: 10
Quality criterion - Name: Innovation / alternative proposal / Weighting: Information
Quality criterion - Name: Criterion 9 / Weighting: 10
Cost criterion - Name: All Priced Elements and Asset Register / Weighting: 32
Cost criterion - Name: Day & Hourly Rate / Weighting: 5
Cost criterion - Name: Scenario / Weighting: 3
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
You may offer an alternative proposal, but your offer must include/cover the following:
i.Alternative proposal must meet the minimum stated requirements described in Document 2: Schedule 5.1 and must be submitted as an additional proposal (limited to one alternative proposal only).
ii.Include in your proposal low to no carbon solution(s);
iii.The cost of your alternative proposal must not exceed plus or minus 20% of the cost submitted in your Schedule 6.0 – Commercial.
iv.The proposal must provide value for the money to UOS during the contract period. It must show a detailed year-on-year cost plan and detailed information of the proposal.
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
Soft Facilities Management
Lot No
2
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Suffolk
two.2.4) Description of the procurement
The scope to be delivered under this contract agreement will include Hard FM services and some service(s) may be optional. The scope may include planned maintenance, remedial work(s) following testing, some minor refurbishment and improvement works, provision of new installations, repair, replacement and / or removal of Hard FM Services, the full list can be found in the Specification
two.2.5) Award criteria
Quality criterion - Name: Standard questions / Weighting: Pass / Fail
Quality criterion - Name: Key Account Manager / Resources / Weighting: 5
Quality criterion - Name: Sustainability, Social Value & Net Zero / Weighting: 10
Quality criterion - Name: Quality of Works & Services / Weighting: 15
Quality criterion - Name: Critical Response Times / Weighting: 5
Quality criterion - Name: Efficiencies / Weighting: 15
Quality criterion - Name: Mobilisation Plan / Weighting: 10
Quality criterion - Name: Innovation / alternative proposal / Weighting: Information
Cost criterion - Name: All Priced Elements and Asset Register / Weighting: 32
Cost criterion - Name: Hourly & Day Rates / Weighting: 5
Cost criterion - Name: Scenario / Weighting: 3
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
You may offer an alternative proposal, but your offer must include/cover the following:
i.Alternative proposal must meet the minimum stated requirements described in Document 2: Schedule 5.1 and must be submitted as an additional proposal (limited to one alternative proposal only).
ii.Include in your proposal low to no carbon solution(s);
iii.The cost of your alternative proposal must not exceed plus or minus 20% of the cost submitted in your Schedule 6.0 – Commercial.
iv.The proposal must provide value for the money to UOS during the contract period. It must show a detailed year-on-year cost plan and detailed information of the proposal.
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 Tender documentation
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2024
Local time
12:00pm
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 January 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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-Ipswich:-Facilities-management-services./Y5884YR5N6" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Ipswich:-Facilities-management-services./Y5884YR5N6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y5884YR5N6" target="_blank">https://www.delta-esourcing.com/respond/Y5884YR5N6
GO Reference: GO-20231121-PRO-24536137
six.4) Procedures for review
six.4.1) Review body
University of Suffolk
Waterfront Building, Neptune Marina
Ipswich
IP4 1LZ
Telephone
+44 1473338350
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
University Campus Suffolk
St Edmund House
Ipswich
IP4 1LZ
Telephone
+44 1473251166
Country
United Kingdom