Tender

UOS Facilities Management

  • University of Suffolk

F02: Contract notice

Notice identifier: 2023/S 000-034471

Procurement identifier (OCID): ocds-h6vhtk-041bcb

Published 21 November 2023, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

University of Suffolk

Waterfront Building, Neptune Marina

Ipswich

IP4 1QJ

Contact

Paula Jarvis

Email

delivery@exceeding.co.uk

Telephone

+44 1473338350

Country

United Kingdom

Region code

UKH14 - Suffolk

Internet address(es)

Main address

https://www.uos.ac.uk

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