FSCS Facilities Management Tender London
FSCS is intending to establish 2 contract agreements to provide a strategic model for the delivery of its Facility Management requirements.
United Kingdom-London: Building and facilities management services
2017/S 149-308682
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
3943048
FSCS
London
EC3A 7QU
United Kingdom
Contact person: Matthew McCarty
Telephone: +44 02073758197
E-mail: Matthew.McCarty@fscs.org.uk
NUTS code: UKIInternet address(es):Main address: www.fscs.org.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
FSCS320 — Facilities Management.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
FSCS is intending to establish 2 contract agreements to provide a strategic model for the delivery of its Facility Management (FM) requirements.
The agreement will be split into 2 lots:
Lot 1 Soft Services:
1) Vending Services;
2) Cleaning and Hospitality;
3) Health and Safety training services;
4) Off-site storage Services;
5) Office floor plate and Health and Safety CAD plan Management;
6) Lunch orders.
Lot 2 Hard Services:
1) Planned Preventative Maintenance Services;
2) Reactive Maintenance Services;
3) Mobile Engineer Services;
4) Internal Building Fabric and Building Services.
II.1.6)Information about lots
FSCS is looking to appoint a maximum of 2 Suppliers. There are no restrictions regarding the number of Lots a Supplier may be Awarded.
II.2.1)Title:
Lot 1 — Soft FM
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
10th Floor Beaufort House, 15 St Botolph Street, London, EC3A 7QU.
II.2.4)Description of the procurement:
1) Vending Services;
2) Cleaning and Hospitality;
3) Health and Safety training services;
4) Off-site storage Services;
5) Office floor plate and Health and Safety CAD plan Management;
6) Lunch orders.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be an option for FSCS to extend the contract on up to 3 occasions for a maximum duration of 12 months on each of those occasions.
II.2.9)Information about the limits on the number of candidates to be invited
The Most Economically Advantageous Tender (MEAT).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Hard FM
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
10th Floor Beaufort House, 15 St Botolph Street, London, EC3A 7QU.
II.2.4)Description of the procurement:
1) Planned Preventative Maintenance Services;
2) Reactive Maintenance Services;
3) Mobile Engineer Services;
4) Internal Building Fabric and Building Services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There will be an option for FSCS to extend the contract on up to 3 occasions for a maximum duration of 12 months on each of those occasions.
II.2.9)Information about the limits on the number of candidates to be invited
Most Economically Advantageous Tender (MEAT).
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
See SQ documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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.2.3)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
VI.3)Additional information:
FSCS intends to use an eTendering system for this process. To express interest and access the content — Click the ‘Express Interest’ button at the top of the page — to view the relevant documents please follow the steps below: 1. Register your company on FSCS eTendering portal (this is only required once) — Browse to the eTendering Portal https://fscs.bravosolution.co.uk/web/login.html and click the link to register — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the Facilities Management 320 — Login to the portal with the username/password — Click the ‘ITTs Open To All Suppliers’ link. (This opportunity is open to any registered supplier) — Click on the relevant PQQ i.e. FSCS 320 Facilities management’.
VI.4.1)Review body
The Strand
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
The Strand
London
United Kingdom
VI.4.3)Review procedure
FSCS will observe a standstill period following the award of the contract and conduct itself of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Crawley Borough Council Leisure Facilities Management Contract
Facilities Management Contract Lanarkshire
Soft FM Services Tender Cambridge
Hard Facilities Management Tender Kent and Medway
University of Cambridge Facilities Management Services Contract