Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
BSF Schools Wave 2 – Hard Facilities Management
Reference number: DN331644
II.1.2)Main CPV code79993000
II.1.3)Type of contractServices
II.1.4)Short description:
The authority requires the provision of the following services to its Schools within the scope of this contract:
A helpdesk facility and CAFM system.
Core Hard FM Maintenance, nominally in respect of:
— building fabric,
— building services, and
— external areas (grounds maintenance),
— pest control services (internal and external areas).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)44000000
45300000
48420000
50700000
50800000
72212420
72212421
72514000
79900000
90900000
II.2.3)Place of performanceNUTS code: UKD7
II.2.4)Description of the procurement:
The authority requires the provision of the following services to its schools within the scope of this contract:
A helpdesk facility and CAFM system.
Core Hard FM Maintenance, nominally in respect of:
— building fabric,
— building services, and
external areas (grounds maintenance),
— pest control services (internal and external areas).
The BSF Wace 2 schools are:
— Alsop High School,
— Broughton Hall High School,
— Cardinal Heenan Catholic High School,
— Ernest Cookson School,
— Gateacre School,
— Hope School,
— King David High School,
— King David Primary School,
— West Derby School,
— Woolton High School.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 192
This contract is subject to renewal: yes
Description of renewals:
Initial term 6 years.
2 x 5 years possible extensions
II.2.9)Information about the limits on the number of candidates to be invitedMaximum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to selection questionnaire for details.
The selection questionnaire follows the crown commercial service recommended form with the following optional questions included:
— Optional questions form 85 % of the weighted criteria, the further 15 % is split between:
—— relevancy of references = 10 %,
—— sub-contracting processes = 5 %.
— The 85 % then addresses:
—— mobilisation (15 %),
—— approach to CAFM systems (15 %) critical question,
—— health & safety /environmental /quality management processes & procedures (total of 15 %),
—— supporting clients in delivering best value (12,5 %),
—— liaising with caretakers (12,5 %),
—— safeguarding (10 %),
—— supporting clients in transitioning to risk/condition based maintenance approach (5 %).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Please refer to “Objective criteria for choosing the limited number of candidates”.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/06/2018
Local time: 11:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresCEDR
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail:
info@cedr.comFax: +44 2075366000
Internet address: www.cedr.com
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtainedCEDR
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail:
info@cedr.comFax: +44 2075366000
Internet address: www.cedr.com
VI.5)Date of dispatch of this notice:04/05/2018