Facilities Management Contract Lanarkshire
The University of the West of Scotland is seeking to appoint a single Facilities Management Contractor to provide Facilities Management Services at the new UWS Lanarkshire Campus.
United Kingdom-Paisley: Facilities management services
2017/S 128-261303
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Paisley
PA1 2BE
United Kingdom
Telephone: +44 1418483110
E-mail: lindsey.johnston@uws.ac.uk
NUTS code: UKM35Internet address(es):Main address: http://www.uws.ac.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00473
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lanarkshire Campus: Facilities Management Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus.
The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UWS Lanarkshire Campus, Hamilton International Technology Park, Glasgow.
II.2.4)Description of the procurement:
The objective of this tender is to appoint a single Contractor to provide and manage FM Services to UWS Lanarkshire Campus.
Based on the BCIS benchmark, the approximate annual value of the contract is 3,500,000 GBP based upon the planned gross internal area of the new Campus.
Details of the Lanarkshire Campus –
— Due to open in April 2018 with transfer completed by September 2018
— Open plan learning environment
— 2500-3000 students expected
— 58,558 square metres gross internal area approx.
Building — GIA sqm
Carrick — 7 911
Dunlee — 7 015
Edzell — 9 018
Street — 1 200
Undercroft — 33 414
Total — 58 558
— 3 Buildings (Carrick, Dunlee and Edzell) connected on the south side by a 4th Building (the Street) all sharing a 2 storey undercroft
— Total estimated hours of operation per annum — 3 289
— Naturally Ventilated — Electric Heating
— BREEAM ‘Excellent’ rating
— Core hours of operation — Monday to Friday — 8:00 — 21:00, Saturday 9:00 — 17:00
— Energy Saving Features — solar panels
— The Contractor may be required to provide (or manage the provision of via sub-contractors) the range of FM services including but not limited to:
— Facilities Management Helpdesk; including the maintenance of the Asset records
— Building Information Management (support and maintenance) to include PPM’s and statutory insurance requirements
— Building Management System — manage and maintain
— Planned & Reactive Building Fabric & Building Services Maintenance
— Planned & Reactive Maintenance of Kitchen Equipment
— Grounds Maintenance (Hard and Soft)
— Internal Planting
— Pest Control
— Energy & Utilities Monitoring
— Cleaning
— Washroom vending services
— PAT Testing
It is the UWS view that TUPE 2006 Regulations may apply to this Contract
— Furthermore, the UWS wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015.
— The UWS expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.
— The estimated value of the Contract shown is based upon the BCIS benchmark cost (22/06/2017) per square metre multiplied by the potential length of the contract (4 years) is therefore 3 500 000 GBP, however please note that this value is purely for indicative purposes and to provide bidders with like for like information.
This contract will not be divided into lots for reasons of operational and management efficiency.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for 3 x 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
This Procurement process will be conducted through the use of the Restricted Procedure.
It is critical that bidders read Section III 1.1, III 1.2 and III 1.3 and Section VI.3 of this Contract Notice and the links to the relevant Sections and Parts of the ESPD (Scotland) to understand the requirements of this Contract.
ESPD submissions shall be evaluated in the following way:
— Questions within Part III (all sections) and Part IV (Sections A,B and D) are minimum standards and will be evaluated on a pass/fail basis.
— Questions within Part IV Section C (Technical and Professional Ability) have been allocated an individual weighting. The individual weightings allocated to each question are as follows:
Q4C.1.2 — 75 % (Example 1 — 25 %; Example 2 — 25 %; Example 3 — 25 %)
Q4C.4 — 25 %
Each question will be objectively evaluated using the following criteria:
0 — Unacceptable — Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor — Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable — Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good — Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to clients.
4 — Excellent — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Bidders will be allocated a score for each question, from which a total score will be awarded. The five bidders with the highest score will be shortlisted and invited to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
This section refers to ESPD (Scotland) Section IV Question 4A.1:
Bidders must confirm if they hold the particular authorisation or memberships:
— Registered with an approved Electrical Contractor scheme such as NICEIC, ECA or equivalent
— SEPA Registered Waste Carrier.
III.1.2)Economic and financial standing
This section refers to ESPD (Scotland) Section IV Part B:
Q4B.2.1 Bidders will be required to have a minimum yearly (‘specific’) turnover of 7 000 000 GBP for the last 3 years in the business area covered by the contract.
Q4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Q4B.4 The University will use the following ratios to evaluate a bidders financial status:
Profitability — this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity — this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio
Gearing — this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100 % it is considered a pass for this ratio.
Bidders must provide the name and value of each of the 3 ratios within their response to ESPD Q4B.4.
UWS requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 or 3 of the 3 ratios cannot be met, UWS may take the undernoted into consideration when assessing financial viability and the risk to UWS, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes ‘marginal’?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder’s debt owed to group companies?
Is the bidder’s debt due to be repaid over a number of years, and affordable?
Have the bidder’s results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?
Do the bidder’s auditors (where applicable) consider it to be a ‘going concern’?
Do Dunn & Bradstreet, Equifax or equivalent consider the bidder to be a ‘going concern’?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
UWS will request submission of and assess the bidders financial accounts, and may use Dunn & Bradstreet, Equifax or equivalent verification systems to validate the information provided.
Q4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 10 000 000 GBP
Professional Indemnity Insurance = 5 000 000 GBP
Q4B.6 Bidders will be required to provide 3 years audited accounts or equivalent when requested, prior to the finalisation of the envisaged shortlist of bidders for ITT stage.
III.1.3)Technical and professional ability
This section refers to ESPD (Scotland) Section IV Part C:
Q4C.1.2 — Bidders will be required to provide three examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice that have taken place in the last three years.
Each example should be based upon a different client and contract (i.e. the 3 examples cannot refer to the same client/contract)
Each example should be limited to 3 sides of A4 — minimum font size 10 Ariel.
Bidders should provide full contact details of the key client contact for each of the examples provided above. UWS may at its own discretion, prior to concluding the selection process, contact any references and/or undertake a site visit to certify the accuracy of the information provided.
Q4C.4 — Bidders will be required to demonstrate the relevant supply chain management systems used in similar contracts including but not limited to:
— Approach to the Selection of sub-contractors and supply chain partners, including experience of adhering to the clients’ internal procurement procedures.
— Management of sub-contractors/supply chain partners performance in the delivery of the TFM service to the client, including use of performance management processes such as KPI’s and addressing any performance issues.
— Dispute Resolution processes in relation to both the client and sub-contractors/supply chain partners.
— Prompt Payment of sub-contractors and all supply chain partners, in accordance with relevant legislation.
— Approach to encouraging fair working practices throughout the supply chain
Bidders response should be limited to 3 sides of A4 — minimum font size 10 Ariel if the text box on PCS-Tender is not adequate to fully answer the question.
Bidders should provide evidence to support their responses, including details of the client and contract if applicable.
III.2.2)Contract performance conditions:
The Form of Contract to be used will be the NEC3 Term Service Contract.
The contract will be subject to a performance management system with KPI’s linked to payment mechanism.
The contract will also include regular contract management meetings between UWS and the Contractor.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Subject to the UWS discretion as to whether or not to exercise one or more extension periods as noted, this contract may be re-procured at the following times:
— 2021
— 2022
— 2023
— 2024
The latest date for re-procuring this contract will be 2024.
VI.2)Information about electronic workflows
VI.3)Additional information:
The following information relates to ESPD (Scotland) Section IV Part D (Quality Assurance Schemes and Environmental Management Standards):
Q4D.1 — (Quality Assurance Schemes) The bidder shall hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
Q4D.1 — (Health and Safety Procedures) — The bidder shall hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Q4D.2 — (Environmental Management Standards) The Bidder shall hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
FREEDOM OF INFORMATION
Where any bidder considers any information submitted as part of their ESPD submission commercially confidential, they must notify the UWS prior to the ESPD deadline via PCS-T and the UWS will provide a template for completion.
Furthermore, shortlisted bidders at ITT stage will be required to confirm prior to award of any contract that you will be in a position to submit a Freedom of Information appendix. This will be for information only and will not be scored.
— FORM OF TENDER
Shortlisted bidders will be required at ITT stage to submit a signed Form of Tender prior to the award of contract.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is project_8402. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Information regarding the specific Community Benefits which may apply to this Contract will be provided at tender stage, however bidders should note the types of Community Benefits that may apply:
— Supported business
— New Entrants
— Indirect New Entrants (those employed by subcontractors)
— Graduates
— Apprenticeships
— Work Placements
— Visits — School / College
— Educational Engagement
— Supplier Development
— Community Events
— Meet The Buyers Days
(SC Ref:497911).
VI.4.1)Review body
High Street
Paisley
PA1 2BE
United Kingdom
Telephone: +44 1418483647
Fax: +44 1418483111Internet address:http://www.uws.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
Soft FM Services Tender Cambridge
Hard Facilities Management Tender Kent and Medway
University of Cambridge Facilities Management Services Contract
Soft Facilities Management Services Tender Ipswich
Hard Facilities Management at RAF Marham