Hard FM Services Request for Proposal
UK SBS, on behalf of the Medical Research Council wish to establish a Contract for the provision of Hard FM Services.
United Kingdom-Swindon: Repair and maintenance services
2016/S 180-323793
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
For the attention of: Nicola Turner
SN2 1FF Swindon
United Kingdom
Telephone: +44 01793867005
E-mail: FMProcurement@uksbs.co.uk
Internet address(es):
General address of the contracting authority: www.UKSBS.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: Crown Commercial Services
E-mail: expressionofinterest@crowncommercial.gov.uk
Internet address: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Medical Research Council
Polaris House, North Star Avenue
SN2 1FL Swindon
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UK,UKJ14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the ‘Regulations’).
This is a Services Contract
The award of this Contract will be based on the following Lots:
Lot 1 — Boiler Burners
Lot 2 — Boilers
Lot 3 — Drains
Lot 4 — Fire Extinguishers
Lot 5 — Lifts
Lot 6 — Oil Storage Tanks
Lot 7 — Roof Man Safe System
Lot 8 — Sewage Pumps
It is intended that a sole provider will be appointed for each Lot detailed above.
Potential Providers are invited to tender for one or a combination of Lots as they see fit on an individual basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is January 1st 2017
See Section III.2.1) for access to procurement
documentation.
II.1.6)Common procurement vocabulary (CPV)
50000000, 50531100, 45232452, 50750000, 45259300, 45261900
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Hard FM Services that will be provided under the resultant contract.
The services required for this procurement are:
— Maintenance and servicing of all lifts on the site.
— Maintenance and servicing of the Oil Storage Tanks.
— Maintenance and servicing of Roof Man Safe System.
— Maintenance and servicing of the Sewage Pumps.
— Maintenance and servicing of Boiler Burners.
— Maintenance and servicing of Boilers.
— Maintenance and servicing of drains.
— Maintenance and servicing of fire extinguishers.
These services are being lotted on the following basis:
Lot 1 — Boiler Burners
Lot 2 — Boilers
Lot 3 — Drains
Lot 4 — Fire Extinguishers
Lot 5 — Lifts
Lot 6 — Oil Storage Tanks
Lot 7 — Roof Man Safe System
Lot 8 — Sewage Pumps
It is intended that a sole provider will be appointed for each Lot detailed above.
Potential Providers are invited to tender for one or a combination of Lots as they see fit on an individual basis.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our customers improve efficiency, generate savings and modernise.
It is our vision to become the leading provider for our customers of shared business services in the UK public sector, continuously reducing cost and
improving quality of business services for Government and the public sector.
Our broad range of expert services is shared by our
customers. This allows our customers the freedom to focus resources on core activities; innovating and
transforming their own organisations.
Core services include Procurement, Finance, Human Resources, Payroll, ISS, and Property Asset
Management all underpinned by our Service Delivery and Contact Center teams.
UK SBS is a people rather than task focused
business. It’s what makes us different to the traditional transactional shared services center. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer.
Detailed on the UK SBS Ltd website is a list of all
organisations, institutes, centres and bodies
(Authorised Entities) that may also use any
appropriately advertised Contract let by UK Shared
Business Services Ltd.
Estimated value excluding VAT: 157 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Boiler Burners
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Boiler Burners.
2)Common procurement vocabulary (CPV)
50000000, 50531100
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Boiler Burners
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 36 350 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
Lot No: 2 Lot title: Boilers
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Boilers.
2)Common procurement vocabulary (CPV)
50000000, 50531100
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Boilers
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 38 140 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
Lot No: 3 Lot title: Drains
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Drains.
2)Common procurement vocabulary (CPV)
50000000, 45232452, 44163112
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Drains
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is January 1st 2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 10 950 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
Lot No: 4 Lot title: Fire Extinguishers
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Fire Extinguishers.
2)Common procurement vocabulary (CPV)
50000000, 35111300, 45343220
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Fire Extinguishers
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 15 100 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for one or a
combination of Lots as they see fit on an individual
basis.
Lot No: 5 Lot title: Lifts
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of all lifts in the site.
2)Common procurement vocabulary (CPV)
50000000, 50750000
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of all lifts in the site
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 16 710 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for one or a
combination of Lots as they see fit on an individual
basis.
Lot No: 6 Lot title: Oil Storage Tanks
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of the Oil Storage Tanks.
2)Common procurement vocabulary (CPV)
50000000
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of the Oil Storage Tanks
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 9 150 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for one or a
combination of Lots as they see fit on an individual
basis.
Lot No: 7 Lot title: Roof Man Safe System
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Roof Man Safe System.
2)Common procurement vocabulary (CPV)
50000000
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of Roof Man Safe System
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 12 850 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
Lot No: 8 Lot title: Sewage Pumps
1)Short description
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of the Sewage Pumps.
2)Common procurement vocabulary (CPV)
50000000
3)Quantity or scope
Hard FM Services that will be provided under the
resultant contract.
The Hard FM service required for this Lot are:
— Maintenance and servicing of the Sewage Pumps
It is intended that a sole provider will be appointed for the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1) for access to procurement
documentation.
Estimated value excluding VAT: 17 750 GBP
5)Additional information about lots
the Lot detailed above.
Potential Providers are invited to tender for 1 or a
combination of Lots as they see fit on an individual
basis.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
the procurement. Parent company and/or other
guarantees of performance and financial liability may
be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
a designated lead service provider, all members will
have joint and several liability in respect of the
obligations and liabilities to any contract or framework
and any subsequent contracts awarded under the
same.
III.1.4)Other particular conditions
Description of particular conditions: This contract will be managed under the NEC3 Term
Service Short Contract Terms and Conditions.
Relevant accreditation and memberships to
professional governing bodies may be required the
service some assets. Full details of asset register is
available within the specification documentation.
The government has set out the need for greater
transparency across its operations to enable the
public to hold public bodies and politicians to account.
This includes commitments relating to public
expenditure, intended to help achieve better value for money.
Suppliers and those organisations looking to bid for
public sector contracts should be aware that if they
are awarded a new government contract, the resulting contract will be published. In some circumstances, limited redaction’s will be made to some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts)
This procurement will be managed electronically via
the Crown Commercial Service’s e-Sourcing Suite.
To participate in this procurement, participants shall
first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing
Suite, this can be done online at
https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a
valid DUNS number (as provided by Dun and
Bradstreet) for the organisation which you are
registering, who will be entering into a contract if
invited to do so. Note: registration may take some
time please ensure that you allow a sufficient amount of time to register.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender
Once you have registered on the eSourcing Suite, a
registered user can express an interest for a specific
procurement. This is done by emailing
ExpressionOfInterest@ccs.gsi.gov.uk.
Your email must clearly state:
the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier;
the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the
email and then enable the Bidder to access the
procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these
emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing
Suite please contact Crown Commercial Service
(CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503
email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is
available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts)
The sourcing documents can be accessed at:
https://gpsesourcing.cabinetoffice.gov.uk using the
instructions detailed in III.2.1.
III.2.3)Technical capacity
All submissions will be assessed in accordance with
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts)
The sourcing documents can be accessed using the
instructions detailed in III.2.1.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 21.10.2016 – 11:00
Place:
Electronically, via web based portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(i) not to award any contract as a result of the
procurement process commenced by publication of
this notice; and (ii) to make whatever changes it may
see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier.
If the Contracting Authority decides to enter into a
Contract with the successful supplier, this does not
mean that there is any guarantee of subsequent
contracts being awarded.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
UK Shared Business Services Ltd will not be utilising electronic ordering.
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Way
SN2 1FF Swindon
United Kingdom
E-mail: Policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Leicestershire County Council Facilities Management Contract
Total Facilities Management for Data Centre
Scottish Water Cleaning Contract
Supply of Washroom Products to University Purchasing Consortiums