Workplace Services Supplier Framework – Crown Commercial Service
The Framework Contract will consist of three Lots: Lot 1 Security, Lot 2 Housing, Lot 3 Defence Facilities Management.
United Kingdom-Liverpool: Building and facilities management services
2018/S 179-405936
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Capital Building, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Workplace Services (FM Marketplace Phase 2)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service (CCS) is seeking to establish a multi Supplier Framework Contract for the provision of Workplace Services.
This will be the second procurement to fall under the umbrella of the Facilities Management (FM) Marketplace which will consist of a number of FM Contracts accessible via an online portal.
The Framework Contract will consist of three Lots:
Lot 1 Security,
Lot 2 Housing,
Lot 3 Defence Facilities Management.
Lot 1 is split into two sub-lots, Lot 2 is split into three sub-lots with Lot 3 a single lot.
Sub-lot 2a, 2b and Lot 3 are part of the phased Future Defence Infrastructure Services Programme (FDIS). FDIS covers all sites and establishments on the UK Defence estate, except those with long-term contracts already in place (e.g. Main Building PFI, naval base contracts, etc). These sub-lots will be used as part of the FDIS programme.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 Security:
1a — Security Services,
1b — Technical Security.
Lot 2 Housing:
2a — Defence Housing Management Services (National),
2b — Defence Housing Maintenance Services,
2c — Housing Maintenance and Management Services.
Lot 3 Defence Facilities Management.
II.2.1)Title:
Security
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot consists of two sub-lots to capture the requirements of a resource intensive guarding service and the separate requirement for technical security elements including electronic and physical security. The lot has been delivered to improve the way in which Central Government and the Wider Public Sector purchase Security Services.
There is also the potential for an international requirement.
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.2.1)Title:
Housing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot consists of three sub-lots:
2a — Defence Housing Management Services (National),
2b — Defence Housing Maintenance Services,
2c — Housing Maintenance and Management Services.
Defence Housing Management Services (National) (sub-lot 2a) and Defence Housing Maintenance Services (sub-lot 2b) form part of the Future Defence Infrastructure Services Programme (FDIS).
Defence Housing Management Services (National) (sub-lot 2a) will provide a common user experience delivering customer, occupancy and void management services.
Defence Housing Maintenance Services (sub-lot 2b) is split between four regions (South East, South West, Central and North) and will ensure statutory and mandatory compliance of SFA estate and undertake reactive and planned maintenance and void preparation services.
Housing Maintenance and Management Services (sub-lot 2c) will provide housing maintenance and management services to the residential Estate of Social Housing Providers within the Wider Public Sector. The Lot will support the WPS in its management of property to achieve its business objectives in providing a compliant estate that meets the Government’s Decent Home Standard
Key deliverables include:
Repairs and Maintenance,
Statutory and Mandatory Inspections,
Void Preparation,
Helpdesk/call centre services,
There is also the potential for an international requirement in all three sub-lots.
II.2.5)Award criteria
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.2.1)Title:
Defence Facilities Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot will include Hard facilities management services and will be split into 4 regions South East, South West, Central and Scotland and Northern Ireland at the Call-Off stage.
There is also the potential for an international requirement.
Soft facilities management services are also in scope but are unlikely to be widely used.
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
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
Bidders will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”) registering for access.
Once registered on the BravoSolution portal, you will be able to express your interest in this procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the (ITT), do not repeat the above as this will create a new separate account; instead the registered user can add additional users to the existing account via Profile, User Management, Users expressing an interest.
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard there is a quick links portlet, click on My ITTs.
3) On the next screen click on ITTs open to all suppliers.
4) The RM6089 Workplace Services (FM Marketplace Phase 2) ITT will be displayed.
Note: There may also be other events listed on here. Click on the RM6089 Workplace Services (FM Marketplace Phase 2) ITT name.
5) Click on Express Interest at the top of the next screen.
6) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing help-desk operated by BravoSolution by email at: help@bravosolution.co.uk or by telephone at: 0345 010 3503.
Responses must be submitted by the date stated in IV.2.2 of this Contract Notice.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Bidders will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (“ITT”).
The Authority may take into account the following information:
Lot 1 sub-lot 1a: one (1) suitable contract example demonstrating delivery of 3 of the mandatory Service requirements.
Lot 1 sub-lot 1b: one (1) suitable contract example demonstrating delivery of 3 of the mandatory Service requirements.
Lot 2 sub-lot 2a: two (2) suitable contract examples demonstrating delivery of 6 of the mandatory Service requirements.
Lot 2 sub-lot 2b: three (3) suitable contract examples demonstrating delivery of 7 of the mandatory Service requirements.
Lot 2 sub-lot 2c: one (1) suitable contract example demonstrating delivery of 5 of the mandatory Service requirements.
Lot 3: three (3) suitable contract examples demonstrating delivery of 7 of the mandatory Service requirements.
The contract examples for sub-lots 1a and 1b, 2a, 2b and 2c and Lot 3 can be from the public or private sector and must describe comparable contract examples where similar requirements to those sought under this procurement have been performed and how its performance demonstrates the technical and professional requirements.
Contract examples must have been performed during the 3 years prior to publication of the OJEU Contract Notice. Customer contacts must be warned they may be contacted by Crown Commercial Service to verify the accuracy of the information provided at any time.
Cyber Essentials is mandatory for Central Government Contracts which involves handling personal information, providing certain
ICT products and services. The Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme.
The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
There are 2 levels of certification; Cyber Essentials Basic and Cyber Essential Plus.
To participate in this procurement, bidders must be able to demonstrate the following;
Lot 1 sub-lots 1a and 1b — bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Basic or equivalent.
Lot 2 sub-lots 2a and 2b — bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus or equivalent.
Lot 2 sub-lot 2c bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Basic or equivalent.
Lot 3 bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus or equivalent.
Also, for all Lots and sub-lots, suppliers shall, prior to any IT system or IT service related to the Services becoming operational, commission CHECK compliant Penetration Testing with an approved National Cyber Security Centre provider, and, as a condition for the award of this Framework contract, confirm that you will provide us with evidence of this upon request.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will not apply at framework level. However, it is the responsibility of bidders to take their own advice and consider whether TUPE is likely to apply in particular circumstances of the Call-Off Contract and to act accordingly. The bidder is encouraged to carry out its own due diligence.
The Authority reserves the right:
(i) not to award any Framework Contract as a result of the procurement process commenced by publication of this notice; and
(ii) make whatever changes it may see fit to the content and structure of the tendering competition.
In no circumstances will the Authority be liable for any costs incurred by the bidders.
Any supplier must meet the selection criterion in relation to reliability based on performance of past contracts — namely, the Authority is satisfied that;
— the contracts on the list to be provided by the supplier have been satisfactorily performed in accordance with their terms or,
— where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the Framework Contract to be awarded.
Where the supplier proposes to rely on other entities (including sub-contractors or consortium members) to perform the contract, then the selection criterion for reliability must be met by each such entity, save as regards contracts or subcontracts with a value of less than 5 % of the total contract value and any sub-contractors not yet appointed.
In relation to the Services to be provided under this Framework Contract, Bidders must confirm (in the Selection Questionnaire (Qualification Questionnaire) which is Attachment 2a of the ITT) if they have, or will have in place, prior to the beginning of the Framework Contract, certification of the security specific standards contained in part 8 and also Cyber Essentials certification in part 11.
In addition to the above Standards, the successful Supplier will be required to comply with Joint Schedule 9 Minimum Standards of Reliability.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This Framework Contract will be for an Initial Period of two (2) years with an option to extend for up to two (2) further periods of twelve (12) months at the Authority’s discretion up to a total duration of forty eight (48) months.
The values provided in Sections (ii) (1.5) and (ii) (2.4) are only estimates. We cannot guarantee any business through the Framework Contract.
As part of this Contract Notice the following documents can be
Accessed at https://www.contractsfinder.service.gov.uk/Notice/65941369-8a83-47fa-870b-6f4998e3d459
1) Contract Notice Transparency Information for the Agreement;
2) Contract Notice Authorised Customer List;
3) Rights Reserved for CCS Framework;
4) Lot Structure and Number of Awards (if applicable).
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with Bidders. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk.
2) Select the link “I am a new supplier user”.
3) Read and agree to the portal user agreement.
4) Complete the registration form, providing information including:
— The full legal name of your organisation,
— Your company registration number,
— Your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet.
— User and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, DO NOT
Repeat the above process as this will create a new separate organisation account; instead the registered user
Can add additional users to the existing supplier organisation account via “User Management” > Manage
Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs Open to All Suppliers.
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access.
4) Click on Express Interest at the top of the next screen.
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at
help@bravosolution.co.uk or call 0800 069 8630.
There will be a bidder webinar for all Lots/sub-lots for all bidders on 21.9.2018.For further information please monitor the CCS website.
For those bidders interested in the defence sub-lots (2a, 2b and Lot 3) there will be a DIO Future Infrastructure Event on 25/09/2018. Please register via the following email address;
DIOComrcl-FDISGroupMailbox@mod.uk
Schedule 17 — Defence Schedule will be published on 28.9.2018 and will include specific defence narrative to update the Framework terms, specifically, for Lots 2a, 2b and 3. DIO/CCS recognise the size, scale and complexity of Call-Off Contracts which will be let under the FM marketplace. Large requirements will have options to run a multi-stage call Off procedure involving briefings, supplier presentations and site visits. Win restrictions:No one Supplier can win more than two regions.All interactions through this Framework are to be conducted on a fair, open and transparent basis, in line with the Public Contracts Regulations 2015.
VI.4.1)Review body
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.4.3)Review procedure
N/A
VI.5)Date of dispatch of this notice: