Tender for Total Facilities Management Service
Total Facilities Management Service — Joffe Building Swindon.
United Kingdom-Oxford: Building and facilities management services
2016/S 022-035281
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oxford Brookes University
Headington Hill Campus, Gipsey Lane
Contact point(s): Procurement@brookes.ac.uk
For the attention of: Diane Davies
OX3 0BP Oxford
UNITED KINGDOM
E-mail: ddavies@brookes.ac.uk
Internet address(es):
General address of the contracting authority: www.in-tendhost.co.uk/oxfordbrookes
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: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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 UKK14
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)
Project briefing.
Oxford Brookes University has a satellite campus in Swindon and this provides part of our Faculty of Health and Life Science, teaching health related courses. The curriculum comprises Adult Nursing, Operating Department Practice (ODP) and a range of Continuing Professional Development (CPD) courses.
The Faculty currently operates from The Ferndale Campus and is based in a Victorian building on Ferndale Road, Swindon. Owing to course growth it is planned to move from the current premises to larger premises in August 2016. Delta 900 on the Delta Business Park in Swindon, SN5 7XQ is the chosen location and the University is reviewing the best way to deliver support services to this site.
Currently services are provided by a number of departments within Estates and Facilities Management (EFM) e.g., Catering, Facilities, Estates and we are looking to bring these services together into a ‘bundled’ contract.
The services that will be required are as follows:
— Management;
— Cleaning and Waste;
— Pest Control;
— Portering;
— Signage;
— Security;
— Maintenance — PPM and Reactive;
— Catering;
— Car Parking.
The above list is not exhaustive but gives an indication of the range of services required.
It is anticipated that where the University existing and critical contracts in place (e.g. lift maintenance) these will continue. It is planned that the on-site managing presence provided by the supply partner will monitor the output and performance of these contracts and liaise with building users and service departments.
By bundling these services under one supplier the University is aiming to achieve:
— Clarity regarded service provision so that Faculty/Finance/Service Providers/Contractors are all clear on expectations;
— Value for money for University;
— Service levels consistent with rest of University;
— Reduction in University management time in travelling to site.
It is important that standards at this campus are maintained at a level equal to those on our main Oxford campuses.
II.1.6)Common procurement vocabulary (CPV)
79993000, 79993100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 2 000 000 and 2 250 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: