Hard Facilities Management – BSF Schools Wave 2
he authority requires the provision of the following services to its Schools within the scope of this contract: A helpdesk facility and CAFM system. Core Hard FM Maintenance.
United Kingdom-Liverpool: Building and facilities management services
2018/S 088-197729
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4th Floor, Cunard Building
Liverpool
L3 1DS
United Kingdom
Contact person: Mr Neil Gaskell
Telephone: +44 1512330593
E-mail: neil.gaskell2@liverpool.gov.uk
Fax: +44 1512330593
NUTS code: UKD72Internet address(es):Main address: http://www.liverpool.gov.uk
Address of the buyer profile: http://www.liverpool.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
BSF Schools Wave 2 – Hard Facilities Management
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority requires the provision of the following services to its Schools within the scope of this contract:
A helpdesk facility and CAFM system.
Core Hard FM Maintenance, nominally in respect of:
— building fabric,
— building services, and
— external areas (grounds maintenance),
— pest control services (internal and external areas).
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The authority requires the provision of the following services to its schools within the scope of this contract:
A helpdesk facility and CAFM system.
Core Hard FM Maintenance, nominally in respect of:
— building fabric,
— building services, and
external areas (grounds maintenance),
— pest control services (internal and external areas).
The BSF Wace 2 schools are:
— Alsop High School,
— Broughton Hall High School,
— Cardinal Heenan Catholic High School,
— Ernest Cookson School,
— Gateacre School,
— Hope School,
— King David High School,
— King David Primary School,
— West Derby School,
— Woolton High School.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial term 6 years.
2 x 5 years possible extensions
II.2.9)Information about the limits on the number of candidates to be invited
Please refer to selection questionnaire for details.
The selection questionnaire follows the crown commercial service recommended form with the following optional questions included:
— Optional questions form 85 % of the weighted criteria, the further 15 % is split between:
—— relevancy of references = 10 %,
—— sub-contracting processes = 5 %.
— The 85 % then addresses:
—— mobilisation (15 %),
—— approach to CAFM systems (15 %) critical question,
—— health & safety /environmental /quality management processes & procedures (total of 15 %),
—— supporting clients in delivering best value (12,5 %),
—— liaising with caretakers (12,5 %),
—— safeguarding (10 %),
—— supporting clients in transitioning to risk/condition based maintenance approach (5 %).
II.2.10)Information about variants
II.2.11)Information about options
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
Please refer to “Objective criteria for choosing the limited number of candidates”.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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.4.1)Review body
4th Floor, Cunard Building
Liverpool
L3 1DS
United Kingdom
Telephone: +44 1512330593
E-mail: neil.gaskell2@liverpool.gov.ukInternet address: https://liverpool.gov.uk/
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: info@cedr.com
Fax: +44 2075366000Internet address: www.cedr.com
VI.4.4)Service from which information about the review procedure may be obtained
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: info@cedr.com
Fax: +44 2075366000Internet address: www.cedr.com
VI.5)Date of dispatch of this notice: