Facilities Management Tender Metropolitan Police
The supply of an integrator to manage facilities management services (FMS).
UK-London: business and management consultancy and related services
2012/S 61-099327
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Metropolitan Police
Property, 8th Floor, Empress State, Empress Approach, Lillie Road, West Brompton
For the attention of: Mr Tom Martin
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611543
E-mail: Tom.martin2@met.police.uk
Fax: +44 2071611403
Internet address(es):
General address of the contracting authority: www.met.police.uk
Address of the buyer profile: www.bluelight.gov.uk
Further information can be obtained from: Bluelight e-tendering portal
Internet address: www.bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight e-tendering portal
Internet address: www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Bluelight e-tendering portal
Internet address: www.bluelight.gov.uk
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: London, United Kingdom.
NUTS code UKI
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 35 000 000 and 300 000 000 GBP
The first phase of the procurement process is for the tender of a facilities management “Integrator” to provide the following services:
— Procure on behalf of the MOPC the second tier supply chain and demobilisation of the MOPC’s incumbent supply chain,
— Contract manage the second tier supply chain including enforcing appropriate sanctions, ensure rectification and implementation of steps to avoid repetition,
— Monitor and measure the performance against a performance indicator regime,
— Monitor and review data and management information available and to anticipate problems and proactively provide solutions across the supply chain,
— Report to the MOPC and provide accurate analysis of performance and resolution of issues arising,
— Exercise the professional duty of care in delivering Integrator services,
— And provide,
— An intelligent contact centre (Help Desk),
— Financial management, commercial audit & payment,
— Management information and reporting,
— Value for money and benchmarking,
— Audit of the second tier supply chain,
— Document management,
— Building management system (monitoring and management of systems, reacting to faults detected, analysing trends, reporting and recommending actions to be taken),
— Computer aided facilities management system.
The second phase of the programme will be for the procurement via the Integrator (under the terms of a call-off contract entered into under the Integrator framework) of a second tier of independent supplier contracts with best in breed (specialist) providers.
The second tier suppliers will be contracted directly with the MOPC and such suppliers shall be primarily responsible for their own performance failures. The Integrator shall not deliver any services at second tier level but will be responsible for management of the second tier. Performance of such management will be measured against second tier supplier performance as well as the provision of the other Integrator services.
Further information is given in section II.2) about the indicative scope of the second tier supplier contracts, but in summary this is expected to include: building engineering services; building fabric maintenance; cleaning and laundry; waste services; wardens; reception; security; pest control; grounds maintenance; reprographics; mail, porters; furniture; and structured cabling. As noted in section II.2), this list is not exhaustive and additional property/facilities management services may also be covered by one or more of the second tier supplier contracts.
The Integrator will not self deliver any of the services and must remain independent and impartial for audit reasons and transparency.
It is intended that the completion of the first phase procurement process will result in the establishment of a single supplier framework under which the organisations listed in VI.3) are able to call off the services of the Integrator.
It is anticipated that the call-off contract entered into by the MOPC under the framework agreement will be for a period of 7 (seven) years, plus 1 (one) year mobilisation, commencing April 2013, with a unilateral option for the MOPC to extend for no more than 3 (three) years at April 2021.
79400000, 79993100, 79993000, 72514100, 79411000, 79132000, 79212000, 79313000
The value of MOPC expenditure on Integrator services via this call-off contract is anticipated to be between 3 500 000 GBP and 5 000 000 GBP per annum, with the result that the total estimated value of this call-off contract may be in the region of 35 000 000 GBP to 50 000 000 GBP (at March 2012 prices).
It is intended that other organisations as listed in VI.3) will have the right to call-off Integrator services under the framework agreement. However, as at the date of this notice, the MOPC are unable to give any accurate indication of the likely demand from the organisations listed in VI.3) for these services. If all organisations listed in VI.3) were to enter into call-off contracts for Integrator services on equivalent terms to the MOPC anticipated call-off contract, the aggregate estimated value of all call-off contracts entered into under the Integrator services framework agreement may be in the region of £300 million (at March 2012 prices).
The second phase of the programme will be for the procurement via the Integrator (under the terms of a call-off contract entered into under the Integrator framework) of a second tier of independent supplier contracts with best in breed (specialist) providers. The second tier suppliers will be contracted directly to the MOPC (or the organisations listed in VI.3) as applicable) but managed directly by the Integrator. Services expected to be delivered through the second tier supply chain will include:
79.99.31.00-2, 79.99.30.00 -1, 72.51.41.00-2, 90.91.00.00-9, 79.99.20.00-4, 79.71.00.00-4, 79.57.10.00-7, 98.34.11.20-2, 90.92.20.00-6, 79.52.00.00-5; 39.00.00.00.
The listed CPV codes are not an exhaustive list. Additional facilities management and property services may be phased into the second tier supply chain over the duration of the Integrator services contract.
Estimated value excluding VAT:
Range: between 35 000 000 and 300 000 000 GBP
Section III: Legal, economic, financial and technical information
Information and formalities necessary for evaluating if the requirements are met: For full details of the economic capacity and technical capacity evaluation Criteria please download a copy of the pre qualification questionnaire (PQQ) by registering on the Bluelight e-Tendering portal at www.bluelight.gov.uk/mps.
Information and formalities necessary for evaluating if the requirements are met: See pre-qualification questionnaire: Section B – financial and corporate information. All interested parties must review and complete. For full details of the economic and financial capacity evaluation criteria please download a copy of the pre qualification questionnaire (PQQ) by registering on theBluelight e-Tendering portal at www.bluelight.gov.uk/mps.
See pre-qualification questionnaire: Section C – technical or professional capability which interested parties must review and complete. For full details of the technical or professional capability evaluation criteria please download a copy of the prequalification questionnaire (PQQ) by registering on the Bluelight e-Tendering portal at www.bluelight.gov.uk/mps.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Criteria for choosing candidates are documented in pre-qualification questionnaire. All interested parties must review and complete. For full details please download a copy of the pre qualification questionnaire (PQQ) by registering on the Bluelight e-Tendering portal at www.bluelight.gov.uk/mps.
Section VI: Complementary information
— Mayor’s Office for Policing and Crime (MOPC),
— London Development Agency (LDA),
— Transport for London (TfL) and all its subsidiary companies. Please link below:
http://www.tfl.gov.uk/corporate/about-tfl/4510.aspx
— London Fire and Emergency Planning Authority (LFEPA),
— Royal Parks,
— London Ambulance Service (LAS),
— British Transport Police (BTP),
— Any additional GLA Members.
As at the date of this notice, the MOPC is unable to give any accurate indication of the likely demand from other associated organisations for the Integrator services.
Please note that the MOPC reserves the right not to award any contract following the procurement exercise contemplated by this notice and will not be responsible for any costs or expenses incurred by any bidder who participates in this exercise.
In addition to the Service Category numbers detailed in II.1.2) the following service category numbers also apply:
7 – Computer related services;
9 – Accounting, auditing and book keeping services.
Issues regarding the environmental and social impacts of the procurement exercise shall be addressed in the Invitation to Tender (ITT).
To register an interest in this procurement you must download a copy of the pre qualification questionnaire (PQQ) by registering on the Bluelight e-Tendering portal at www.bluelight.gov.uk/mps, complete it fully and upload it to the Bluelight e-Tendering portal by the deadline for responses. Please note your company will need to register as a supplier on Bluelight.
Metropolitan Police Service
8th Floor, Procurement Services, Empress State Building, Empress Approach, Lillie Road
SW6 1TR London
UNITED KINGDOM
E-mail: Tom.martin2@met.police.uk
Telephone: +44 2071611543
Fax: +44 2061611403
VI.5)Date of dispatch of this notice:22.3.2012