UK-Prescot: Building and facilities management services.

UK-Prescot: Building and facilities management services.
Section I: Contracting Authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
Tel. +44 1514813000, Fax. +44 1514813001, Email: info@fusion21.co.uk
Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://www.fusion21.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://fusion21.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: A consortium of organisations governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fusion21 Workplace and Facilities Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
79993000 - Building and facilities management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Fusion21 is developing a Framework for the full provision of workplace and facilities services across public sector estates. This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the Lots they wish to bid for.

The framework is split into six (6) lots, these include:
1) FM Principal Contractor (Bundled/ TFM)
2) FM Managing Agent
3) Cleaning and washroom services
4) Security services
5) Waste management
6) Building engineering services (M&E)
II.1.5) Estimated total value:
Value excluding VAT: 1,100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 6
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination is permissible.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: FM Principal Contractor (Bundled/ TFM)
Lot No: 1
II.2.2) Additional CPV codes:
70330000 - Property management services of real estate on a fee or contract basis.
72253000 - Help-desk and support services.
72514000 - Computer facilities management services.
72224000 - Project management consultancy services.
75100000 - Administration services.
90910000 - Cleaning services.
90920000 - Facility related sanitation services.
90911200 - Building-cleaning services.
90500000 - Refuse and waste related services.
90524000 - Medical waste services.
79992000 - Reception services.
79710000 - Security services.
79713000 - Guard services.
55520000 - Catering services.
77314000 - Grounds maintenance services.
77320000 - Sports fields maintenance services.
98341140 - Caretaker services.
98395000 - Locksmith services.
90922000 - Pest-control services.
72251000 - Disaster recovery services.
72512000 - Document management services.
79810000 - Printing services.
50700000 - Repair and maintenance services of building installations.
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
50610000 - Repair and maintenance services of security equipment.
50800000 - Miscellaneous repair and maintenance services.
51100000 - Installation services of electrical and mechanical equipment.
71330000 - Miscellaneous engineering services.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45350000 - Mechanical installations.
50750000 - Lift-maintenance services.
79993000 - Building and facilities management services.
90620000 - Snow-clearing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes total facilities management and bundled FM packages with a broad scope of workplace and facilities management services including but not limited to (in any combination): cleaning, waste management, security, reception, post room, portage, M&E, lifecycle works, grounds maintenance, catering, pest control, energy management, health and safety management and administrative support services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 1 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 1 which can be accessed here: https://fusion21.delta-esourcing.com/respond/K9F5473H33
II.2) Description Lot No. 2

II.2.1) Title: FM Managing Agent
Lot No: 2
II.2.2) Additional CPV codes:
70330000 - Property management services of real estate on a fee or contract basis.
72253000 - Help-desk and support services.
72514000 - Computer facilities management services.
72224000 - Project management consultancy services.
75100000 - Administration services.
90910000 - Cleaning services.
90920000 - Facility related sanitation services.
90911200 - Building-cleaning services.
90500000 - Refuse and waste related services.
90524000 - Medical waste services.
79992000 - Reception services.
79710000 - Security services.
79713000 - Guard services.
55520000 - Catering services.
77314000 - Grounds maintenance services.
77320000 - Sports fields maintenance services.
90620000 - Snow-clearing services.
98341140 - Caretaker services.
98395000 - Locksmith services.
90922000 - Pest-control services.
72251000 - Disaster recovery services.
72512000 - Document management services.
79810000 - Printing services.
50700000 - Repair and maintenance services of building installations.
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
50610000 - Repair and maintenance services of security equipment.
50800000 - Miscellaneous repair and maintenance services.
51100000 - Installation services of electrical and mechanical equipment.
71330000 - Miscellaneous engineering services.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45350000 - Mechanical installations.
50750000 - Lift-maintenance services.
79993000 - Building and facilities management services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes the management of FM packages that including but not limited to any of the following services in any combination (whether procured through the framework or not): cleaning, waste management, security, reception, post room, portage, M&E, lifecycle works, grounds maintenance, catering, pest control, energy management, health and safety management and administrative support service, helpdesk, CAFM system.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 2 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 2 which can be accessed here
https://fusion21.delta-esourcing.com/respond/CYPD3E3Z9P
II.2) Description Lot No. 3

II.2.1) Title: Cleaning and Washroom Services
Lot No: 3
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90919000 - Office, school and office equipment cleaning services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes, but is not limited to, daily / routine cleaning, periodic cleaning, reactive cleaning and additional / planned cleaning.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 3 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 3 which can be accessed here
https://fusion21.delta-esourcing.com/respond/3TXHP4PQS6
II.2) Description Lot No. 4

II.2.1) Title: Security Services
Lot No: 4
II.2.2) Additional CPV codes:
79710000 - Security services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes, but is not limited to, access control, alarm receiving centre (ARC), alarm response, assistance for PEEPS, building evacuation, call handling (out of hours), car park control & management, CCTV monitoring (onsite/offsite), close protection / escort, door supervision, event security, first aid, goods/mail screening, identity/security pass management, incident investigation and reporting, key holding, key/access card management, locksmiths, lone worker monitoring, lost property, reception duties, responsive security, searching, security dog handling, security risk assessment & crime prevention, security static/mobile/patrols, security training, threat response management (e.g. bomb, terrorist), waking watch (fire).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 4 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 4 which can be accessed here
https://fusion21.delta-esourcing.com/respond/9K2AYG263X
II.2) Description Lot No. 5

II.2.1) Title: Waste Management
Lot No: 5
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes, but is not limited to, storage of waste, collection of waste, handling of waste, transportation of waste, final disposal (prevention, preparing for reuse, recycling, recovery and disposal). Typically, this is expected to consist of: Separated Dry Mixed Recycling, General Waste, Organic Waste (Food or Green), Hazardous Waste, Healthcare / Clinical Waste, Confidential Waste, Construction and Demolition waste.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 5 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 5 which can be accessed here
https://fusion21.delta-esourcing.com/respond/9QCV39P26U
II.2) Description Lot No. 6

II.2.1) Title: Building Engineering Services (M&E)
Lot No: 6
II.2.2) Additional CPV codes:
50700000 - Repair and maintenance services of building installations.
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery.
50610000 - Repair and maintenance services of security equipment.
50800000 - Miscellaneous repair and maintenance services.
51100000 - Installation services of electrical and mechanical equipment.
71330000 - Miscellaneous engineering services.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
45310000 - Electrical installation work.
45330000 - Plumbing and sanitary works.
45350000 - Mechanical installations.
50750000 - Lift-maintenance services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot includes installation and maintenance of mechanical/electrical installations and building fabric. Includes planned preventative maintenance, reactive maintenance (e.g. remedial works, call-outs), planned repairs & improvements (e.g. lifecycle works, minor works, alterations), consultancy & advice.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 250,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 6 you must complete two separate Questionnaires at the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
2.Complete the tender box (quality and price) for Lot 6 which can be accessed here
https://fusion21.delta-esourcing.com/respond/A922664HKU


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 registers
List and brief description of conditions:
Please refer to the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the Framework Agreement.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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:
Notice number in the OJ S: 2020/S 148 - 364141
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/12/2020 Time: 12:00

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:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 09/12/2020
Time: 12:00
Place:
Fusion21, Puma Court, Kings Business Park, Knowsley, L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/

Where the contract notice states a maximum of 15 operators to be appointed to the Framework, this means 15 within each lot and geographical region. Fusion21 reserves the right to vary this number.

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Building-and-facilities-management-services./9J944F9RB3

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/9J944F9RB3
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/10/2020

Annex A