Scottish Enterprise Facilities Management Tender
Scottish Enterprises has a requirement to appoint a contractor to provide office services and Facilities management services.
United Kingdom-Glasgow: Facilities management services
2017/S 009-013413
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
E-mail: joanne.napier@scotent.co.uk
Fax: +44 1412481600
NUTS code: UKM34
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Facilities Management — Office Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Scottish Enterprises has a requirement to appoint a contractor to provide office services and Facilities management services. The successful supplier will work in close partnership with SE to ensure the professionalism and expertise of front of house staff and maintain the current high standard of service.
An open tender process will be followed to appoint one supplier to deliver this service. The contract duration will be an initial 3 years with an option to extend for 1 year.
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
Scotland.
II.2.4)Description of the procurement:
Scottish Enterprises has a requirement to appoint a contractor to provide office services and Facilities management services. The successful supplier will work in close partnership with SE to ensure the professionalism and expertise of front of house staff and maintain the current high standard of service.
Services required will include:
Receptionist services, including meeting and greeting all visitors to our office, answering all telephone calls to our switchboards.
General Office Management, including maintenance of hot desks, issuing flexi-passes, monitoring office supplies.
Meeting Room services — co-ordinating room bookings, ordering catering if required.
Mail Services — preparing mail for collection.
Ad hoc projects as required.
An open tender process will be followed to appoint one supplier to deliver this service. The contract duration will be an initial 3 years with an option to extend for 1 year.
The contract will not be divided into lots as this would make the execution of the contract excessively technically difficult.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.2)Economic and financial standing
Q4B.1.2 Bidders will be required to have an annual yearly turnover of 1 130 000 GBP for the last 2 years.
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 — Bidders will be required to state the value for the liquidity ratio. The liquidity ration should be equal to or greater than 0.8.
Q4B.5.1 — Please confirm whether you already have or can commit to obtain, prior to the commencement of the contract, appropriate levels of insurance for this contract. Bidders that do not already have, or cannot commit to obtain insurances may be excluded from further participation in this procurement exercise.
Employers (compulsory) insurance — 5 000 000 GBP.
Public Liability Insurance — Bidders should state the value that they consider to be appropriate for the contract.
Professional Indemnity Insurance — Bidders should state the value that they consider to be appropriate to the contact.
III.1.3)Technical and professional ability
Q4C.1.2 — Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. These will be evaluated on a PASS/FAIL basis. Pass equals providing 2 examples detailing relevant experience to deliver the service. Fail equals failure to provide 2 examples detailing relevant experience to deliver the service.
Bidders are requested to provided examples that demonstrate that they have previous experience managing a multi-site contract.
Bidders can submit examples in a separate document to allow room to provide details of the service provided.
Q4D.1 — Health and Safety Procedures — 4a — The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Q4D.1 — Health and Safety Procedures — 4d — Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=471179
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:471179)
Download the ESPD document here:http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=471179
VI.4.1)Review body
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
Fax: +44 1412481600Internet address:http://www.scottish-enterprise.com/
VI.4.2)Body responsible for mediation procedures
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
United Kingdom
Telephone: +44 1412425466Internet address:http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries
VI.4.3)Review procedure
In the first instance, contact the Senior Director of Facilities Management and Procurement at Scottish Enterprise, with any concerns or enquiries.
Email: https/:www.scottish-enterprise.com/help/contact-us
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.4)Service from which information about the review procedure may be obtained
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
United Kingdom
Telephone: +44 8456078787
Fax: +44 1412481600Internet address:http://www.scottish-enterprise.com/
VI.5)Date of dispatch of this notice:
Related Posts
Supply Facilities Management Software to NHS Digital
Supply Estate Management Software Solution
Fusion 21 Compliance and Facilities Management Framework
Facilities Management Tender Rotherham