Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Regional Prime South West.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
NUTS code UK
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Building and facilities management services. Facilities management services. Facilities management services involving computer operation. Land management services. Specialist training services. Construction work. Works for complete or part construction and civil engineering work. Building construction work. Construction work for military buildings and installations. Dismantling works for military installations. Engineering works and construction works. Technical services. Construction work for water projects. Breakwater construction work. Construction work for waterways. Waterways except canals. Port and waterway operation services and associated services. Waterway operation services. Construction work for buildings relating to water transport. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Catering services. Cleaning services. Refuse and waste related services. Project management consultancy services. Building & facilities management services for the assets – buildings, infrastructure and estate – including statutory and mandatory compliance; management; helpdesk; operation; repair; planned maintenance; management information services; advice; studies; design; construction (including minor new works); procurement; technical & professional services including project management and design services; site specific soft FM and options for developmental training of MOD staff, such as but not limited to, training and experience to maintain trade specific competence; and lands management services.
II.1.6)Common procurement vocabulary (CPV)
79993000, 79993100, 72514100, 70332100, 80510000, 45000000, 45200000, 45210000, 45216200, 45111310, 45220000, 71356000, 45240000, 45243200, 45247100, 45247120, 63721000, 63721300, 45213340, 45230000, 55520000, 90910000, 90500000, 72224000
II.1.7)Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The service provider will act as prime contractor, with single point responsibility for managing and delivering the services detailed in this advert at MOD establishments within South West England. This will include the coordination, management, supervision, and integration of their supply chain (including consultants, subcontractors and suppliers) to perform all tasks necessary to achieve the objectives and performance requirements in the specification. The contract will be one of several MOD Regional Primes for Facilities Management services covering all types of establishment. The Estate includes operational and non-operational buildings ranging from aircraft hangars to barrack accommodation and messing, as well as site infrastructure, such as roads, railways, runways, maritime assets, recreational areas and energy assets, with its associated land. The contract shall include for the delivery of services related to quality management systems, specified management information systems, procurement, planning, technical, professional and cost advice and support, design, capital works projects of a value not exceeding in each individual case 4 300 000 GBP (provided no such limit applies in the aggregate), planned maintenance, reactive repair, help desk, waste management, statutory, mandatory and operational condition compliance such as sustainable development and environmental (including energy), implementing an inspection regime and managing MOD Health & Safety Systems and refurbishment. There is an additional requirement to provide soft FM services inc. cleaning, catering, porterage, mail, reprographics, nursery, driver, reception, leisure facilities and waste management at the Abbey Wood site in Bristol and some other offices within the South West Region. Options which MOD may wish to include are; lands management and rural services; and developmental training of MOD staff, such as but not limited to, training and experience to maintain trade specific competence.
In delivering the contract, the service provider will be required to interface with the MOD and provide service outputs as defined above, these will operate concurrently with ongoing military operations. However, the services will not extend to management of, or an active strategic role in, military or defence activities, which remain under the control of Crown Servants within the MOD. The service provider will be required to collaborate and work with the appointed DIO contracts managers for the delivery of the contract.
Estimated value excluding VAT:
Range: between 600 000 000 and 1 350 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The immediate and ongoing requirement will be the provision of facility management services and the other activities mentioned in II.2.1 above will operate as options to be exercised at MOD’s discretion.
The contract duration will be no less than 5 years and no more than 10 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 5
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee and / or a performance bond in a form to be provided by the MOD may be required; details will be included in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the terms and conditions provided within the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group provider submitting an acceptable offer the MOD reserves the right to require the group of bidders to take a legal form or to require one party to undertake primary responsibility or to require that each member of the group undertakes joint and several liability for the performance of the agreement.
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
As specified in the PQQ.
III.1.5)Information about security clearance:
Candidates which do not yet hold security clearance may obtain such clearance until: 1.8.2012
III.2)Conditions for participation
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A pre-qualification questionnaire will be issued to those applicants who have expressed an interest in participating in this process. Responses to the PQQ will be assessed to determine which of those applicants will be invited to the negotiation stage.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As specified in the PQQ
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As specified in the PQQ.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: As specified in the PQQ.
Minimum level(s) of standards possibly required: As specified in the PQQ.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
As specified in the PQQ.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
As specified in the PQQ.
Minimum level(s) of standards possibly required
As specified in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 5
Objective criteria for choosing the limited number of candidates: As specified in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DE11/7028
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.3.2012 – 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
VI.3)Additional information:
(a) The MOD seeks expressions of interest from business entities, corporations, joint ventures, special purpose vehicles who have the capability to undertake the role of a prime contractor as defined within item II;
(b) Expressions of interest in this requirement are required by 23:59 on 23.3.2012 via e-mail at
DIONGEC-CDRPSWest@mod.uk and followed up with a paper copy (see Section I.1);
(c) Where companies, or other entities, are interested in securing sub-contract opportunities with prospective prime contractors, the MOD will be pleased to invite potential subcontractors to attend an Industry Day. To request an invitation to the industry day please e-mail the Authority at DIONGEC-CDRPSWest@mod.uk with the company contact details by 23:59 on 23.3.2012;
(d) A pre-qualification questionnaire will be issued to those applicants who have expressed an interest in participating in this process by the date specified in Section IV.3.4. Responses to the PQQ will be assessed to determine which of those applicants will be invited to the negotiation stage;
(e) Suppliers will need to conform to MOD fraud prevention, health and safety, security and sustainable development & environment requirements. These include appraisal and assessment (including sustainable construction) tools, management systems and performance improvements against topic objectives e.g. a low carbon estate, waste and biodiversity. GO reference: GO-2012220-DCB-3727733.
VI.4.3)Service from which information about the lodging of appeals may be obtained