Tender for Hard and Soft Facilities Management Services in London
UCLH wishes to procure 2 facilities management service providers to deliver hard and soft FM services to the part of the non-PFI Trust estate.
United Kingdom-London: Building and facilities management services
2019/S 125-306019
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Floor 4B Maple House, 149 Tottenham Court Road
London
W1T 7NF
United Kingdom
Contact person: Mr Martin Gibson
Telephone: +44 2034477771
E-mail: martin.gibson2@nhs.net
NUTS code: UKI
Address of the buyer profile: http://www.uclh.nhs.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
UCLH-2306 Hard and Soft Facilities Management Services to Non-PFI Sites
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
UCLH wishes to procure 2 facilities management service providers to deliver hard and soft FM services to the part of the non-PFI Trust estate — approx. 124 000 m2 over 9 main sites, mostly located within the London Borough of Camden and the London Borough of Westminster.
The primary purpose of the procurement exercise is to bring a high quality standard of service to all areas with common practises and methodologies which can be monitored and measured accordingly. The Trust is therefore seeking service providers with strong customer focus who are able to work collaboratively with the Trust, deliver innovative service solutions and positively embrace continuous improvement.
This contract is to be offered in 2 separate lots. Both lots have been divided in to sub-lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Hard Facilities Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Main site or place of performance:
The main sites of delivery will be within the Camden and Westminster areas of London.
II.2.4)Description of the procurement:
This lot has been divided into sub-lots.
Lot 1(a): Hard FM core services to all sites and will include, but not limited to:
— CAFM System,
— FM Helpdesk,
— planned and reactive maintenance,
— minor works projects,
— major works projects,
— grounds maintenance.
Estimated value of Lot 1(a) is 47 376 000,00 GBP.
Lot 1(b): Hard FM optional services — Provision of utilities management services pre-priced contract variation, to include, but not limited:
— management of utilities,
— procurement of utilities,
— metering services,
— billing services,
— bureau services.
Estimated value of Lot 1(b) is 37 575 000,00 GBP.
For Lot 1 bidders may choose to bid for Sub-lot 1(a) only or Lot 1(a) and (b) combined.
UCLH will not accept bids for the Sub-lot 1(b) individually and Sub-lot 1(b) will only be let in combination with Sub-lot 1(a). UCLH reserves the right to include any services listed in Lot 1(b) within the overall contract at contract award or take up these additional services as a pre-priced contract variations at a later stage, should it wish to do so.
If a bidder elects to apply for Lot 1(a) and Lot 1(b) Hard FM Services and is shortlisted, the bidder will be required to submit, as part of a compliant tender, a pre-priced, fully developed contract variation (‘Pre-Priced Variation’) for Lot 1(b) Hard FM services — Provision of utilities management services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended 2 x 24 months.
II.2.10)Information about variants
II.2.11)Information about options
See Lot 1 (b).
II.2.13)Information about European Union funds
II.2.1)Title:
Soft Facilities Management Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Main site or place of performance:
The main sites of delivery will be within the Camden and Westminster areas of London.
II.2.4)Description of the procurement:
Lot 2(a): Soft FM Core Services to include, but not limited to:
— CAFM System,
— FM Helpdesk,
— cleaning (excluding Westmoreland Street and Queen Square),
— pest control,
— portering (excluding Westmoreland Street and Queen Square),
— mail room services,
— catering,
— Linen and Laundry,
— security (manned guarding) (excluding Westmoreland Street).
Estimated value of Lot 2(a) is 93 870 000,00 GBP.
Lot 2(b): Soft FM Optional Services, pre-priced contract variations:
1) Current in house provision at Westmoreland Street and Queen Square:
— cleaning (*Westmoreland Street and Queen Square),
— portering (*Westmoreland Street and Queen Square),
— security (manned guarding) (*Westmoreland Street only).
2) The Cotton Rooms (Soft services and management only).
3) Cleaning consumables.
Elements of the Portering services at Westmoreland Street and Queen Square include Clean Linen Delivery, Used Linen Collection, Mail Delivery / Collection to Mail Points. These elements have been demarcated within the service matrix.
The cleaning, portering and security services listed in Lot 2(b) are currently provided by in house staff at the locations bracketed in para 6.10*. At this stage it is undecided whether or not UCLH intends to retain these services in house. It is also undecided at this stage whether or not UCLH intends to include Soft FM services to The Cotton Rooms within this contract.
For Lot 2 Bidders must bid for both Sub-lots 2(a) and (b).
UCLH reserves the right to include any services listed in Lot 2(b) within the overall contract at contract award or take up any of these additional services as a pre-priced contract variations at a later stage, should it wish to do so. Therefore UCLH will not accept bids for the Sub-lots 2(a) and 2(b) individually and these sub-lots will not be let separately.
Where shortlisted, bidders will be required to submit, as part of a compliant tender, a pre-priced, fully developed contract variation (‘Pre-Priced Variation’) for each element listed in Lot 2(b) Soft FM Optional Services. The Pre-Priced Variations in Lot 2(b) will not be evaluated for the purpose of the contract award. However, bidders should note that the pre-priced variations may be incorporated into the contract, individually, in part or whole. The contract will also detail the mechanism by which the pre-priced variations can be enacted. Bidders’ submissions for Lot 2(b) may be the subject of discussion in the negotiation meetings with a view to optimising the pre-priced variation proposals.
Estimated value of Lot 2(b) is 57 654 000,00 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract can be extended 2 x 24 months.
II.2.10)Information about variants
II.2.11)Information about options
See Lot 2(b).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement and the subsequent contract is being offered in 2 separate lots. Both lots have been further divided into Sub-lots.
Within the e-Tendering portal you are required to identify which lot(s) you are expressing an interest for.
Without clearly identifying which lot(s) you intend to bid for, UCLH cannot consider your SQ as complete and will not consider your SQ or expression of interest any further.
Lot 1: Hard FM Services.
Lot 1(a): Hard FM core services to all sites and will include, but not limited to.
Lot 1(b): Hard FM optional services — Provision of utilities management services pre-priced contract variation, to include, but not limited.
For Lot 1 bidders may choose to bid for Sub-lot 1(a) only or Lot 1(a) and (b) combined.
UCLH will not accept bids for the Sub-lot 1(b) individually and Sub-lot 1(b) will only be let in combination with Sub-lot 1(a). UCLH reserves the right to include any services listed in Lot 1(b) within the overall contract at contract award or take up these additional services as a pre-priced contract variations at a later stage, should it wish to do so.
If a bidder elects to apply for Lot 1(a) and Lot 1(b) Hard FM Services and is shortlisted, the bidder will be required to submit, as part of a compliant tender, a pre-priced, fully developed contract variation (‘Pre-Priced Variation’) for Lot 1(b) Hard FM services — Provision of Utilities Management Services.
Lot 2 — Soft FM Services.
Lot 2(a): Soft FM Core Services to include, but not limited to.
Lot 2(b): Soft FM Optional Services, pre-priced contract variations.
Elements of the Portering services at Westmoreland Street and Queen Square include Clean Linen Delivery, Used Linen Collection, Mail Delivery/Collection to Mail Points. These elements have been demarcated within the Service Matrix.
The cleaning, portering and security services listed in Lot 2(b) are currently provided by in house staff at the locations bracketed in para 6.10*. At this stage it is undecided whether or not UCLH intends to retain these services in house. It is also undecided at this stage whether or not UCLH intends to include Soft FM services to The Cotton Rooms within this contract.
For Lot 2 bidders must bid for both Sub-lots, 2(a) and (b).
UCLH reserves the right to include any services listed in Lot 2(b) within the overall contract at contract award or take up any of these additional services as a pre-priced contract variations at a later stage, should it wish to do so. Therefore UCLH will not accept bids for the Sub-lots 2(a) and 2(b) individually and these sub-Lots will not be let separately.
Where shortlisted, bidders will be required to submit, as part of a compliant tender, a pre-priced, fully developed contract variation (‘Pre-Priced Variation’) for each element listed in Lot 2(b) Soft FM Optional Services. The pre-priced variations in Lot 2(b) will not be evaluated for the purpose of the contract award. However, bidders should note that the pre-priced variations may be incorporated into the contract, individually, in part or whole. The contract will also detail the mechanism by which the pre-priced variations can be enacted. Bidders’ submissions for Lot 2(b) may be the subject of discussion in the negotiation meetings with a view to optimising the pre-priced variation proposals.
Further information about the lots:
Lots 1(a) and 2(a) are considered to be the core element of the tender requirements. The commercial submissions for the core elements will be used to evaluate tender submissions for the purpose of contract award.
Sub-lots 1(b) and 2(b) will not be used for evaluation of the tender submissions and will not form part of the evaluation criteria.
The pre-priced contract variations are pursuant to Regulation 72(1)(a) of the PCR.
VI.4.1)Review body
London
NW1 2PG
United Kingdom
VI.5)Date of dispatch of this notice: