Design Construction and Facilities Management Services Birmingham
To deliver the Design, Construction and Facilities Management services for its non-housing Council-owned building stock.
United Kingdom-Birmingham: Building and facilities management services
2017/S 177-362569
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
PO Box 10680, 10 Woodcock Street
Birmingham
B4 7WB
United Kingdom
Telephone: +44 1214648000
E-mail: etendering@birmingham.gov.uk
NUTS code: UKG31
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Design Construction and Facilities Management Services (DCFM).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contracting Authority — Birmingham City Council (the Council) wishes to enter into competitive dialogue process (‘CD’) with interested organisations (‘Potential Suppliers’) in order to appoint service provider/s to deliver the Design, Construction and Facilities Management services for its non-housing Council-owned building stock, and the provision of its Birmingham City Laboratories functions (BCL). The services to be procured have been split into two lots; potential suppliers are welcome to bid for either one or both lots in their entirety: ‘Lot 1 — Capital Programmes and Projects Delivery’ and ‘Lot 2 — Facilities Management Services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Capital Programmes and Projects Delivery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of programme / project management, cost / value management (quantity surveying), architecture / design, structural and building services engineering, workplace and interior design, surveying and technical engineering assurance management, clerk of works and construction and design management (CDM) compliance and major construction projects administration. The Council is in the process of planning the replacement of the existing Construction West Midlands (CWM) framework Lot 7 — construction works above 500 000 GBP. The Council will share these plans with Lot 1 potential suppliers and invite proposals on how potential suppliers would work with the new arrangement to deliver projects. Potential suppliers will also be given the opportunity to offer ideas to improve on the Council’s plans. The approach to replacing CWM Lot 7 will be finalised prior to the commencement of the ‘Invitation to Submit Detailed Solutions’ (ISDS). The average historic spend over the last three years has been circa 5 000 000 GBP on Acivico professional fees and circa 40 000 000 GBP on construction services through CWM Lot 7.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
With an option to extend for an additional period of up to 4 years, subject to satisfactory performance resulting in a maximum contract duration of 10 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Facilities Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Facilities Management Services, including, cleaning and building waste management, material and toxicology testing, (through Birmingham City Laboratories — BCL), asset data and information management services, energy management, repairs and maintenance of lighting, electrical distribution, backup power systems, automated access, electrical equipment, HVAC equipment, plumbing and mechanical services, security systems, fire detection and extinguishing systems, lightning protection; building management system, building fabric and fixtures and fittings. The Council is reviewing its options for the future provision of the Birmingham City Laboratory (BCL) services, and has placed these services within Lot 2 in order to obtain potential suppliers views on how they could best be delivered through this contract. A final decision on whether to include BCL in the Lot 2 services will be made prior to the ‘Invitation to Submit Detailed Solutions’. The average historic spend over the last three years has been circa 3 000 000 GBP cleaning, 13 000 000 GBP repairs and maintenance and 1 500 000 GBP on BCL.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
With an option to extend for an additional period of up to 4 years, subject to satisfactory performance resulting in a maximum contract duration of 10 years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Details will be provided in the selection questionnaire.
III.1.2)Economic and financial standing
Details will be provided in the selection questionnaire.
Details will be provided in the selection questionnaire.
III.1.3)Technical and professional ability
Details will be provided in the selection questionnaire.
Details will be provided in the selection questionnaire.
III.2.2)Contract performance conditions:
Details will be provided in the selection questionnaire.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Details of how these services are currently delivered are set out in the Descriptive document.
The transfer of staff will take place by operation of law if the conditions in the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) are satisfied. Staff liability will be provided to potential suppliers in the course of the Invitation to Participate in Dialogue (ITPD) and competitive dialogue process. The Council is committed to deliver a quality and cost effective service and will work with applicants in reviewing its current pricing mechanisms. Therefore performance monitoring and contract management will be discussed during the competitive dialogue process. These contracts do not commit or offer any guarantee to the level of expenditure. There will be a requirement for all potential suppliers at the Selection Questionnaire stage of the process to adopt and become signatories to all the principles contained in the Birmingham Business Charter for Social Responsibility (BBC4SR). Click on the following link to find out further information. http://www.finditinbirmingham.com/feature/charter. The Contracting Authority will be using its e-tendering system (in-tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/birminghamcc All correspondence for this procurement process must be via the in-tend correspondence function. If you are unable to register with in-tend please either email us at cps@birmingham.gov.ukor call 0121 464 8000.
Requests to participate must be by way of completion and return of the selection questionnaire no later than noon 20.10.2017 using the Supplier Portal.
A launch event for this procurement will take place on 4th October 2017 at Highbury Conference & Banqueting, 4 Yew Tree Road, Moseley, Birmingham. B13 8QG. Registration will commence at 12.30 with the presentation starting at 13:00 until at 15:00. RSVP via https://in-tendhost.co.uk/birminghamcc/ by 25.9.2017 indicating names of delegates. Note that there is a limit of 3 delegates per organisation. The Council will confirm your place at this event.
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882Internet address:http://www.justice.gov.uk
VI.5)Date of dispatch of this notice: