Notice Information
Notice Title
Hard Facilities Management Services
Notice Description
Hard Facilities Management services throughout the Scottish Fire and Rescue Service estate
Lot Information
Lot 1
Procurement of Hard Facilities Management Services comprising; Helpdesk Services 24hr Emergency maintenance response Routine maintenance provision Planned preventative maintenance provision such as appliance bay doors Statutory compliance such as gas, electrical, legionella testing and rectification Grounds maintenance including winter gritting: potential tenderers must note that this element is being reviewed and may not be included in the final scope Small works projects such low risk internal adaptations Minor works projects such as. elemental upgrade such as roof replacement professional, design and property consultancy services and Computer Assisted Facility Management (CAFM) services Any other applicable property related services
Options: The Contracting Authority reserves the right at its sole discretion to extend the contract by up to three further periods of up to 12 months each
Renewal: Up to three periods of up to one year each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0293e4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022220-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79993000 - Building and facilities management services
79993100 - Facilities management services
Notice Value(s)
- Tender Value
- £135,000,000 £100M-£1B
- Lots Value
- £135,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £128,000,000 £100M-£1B
Notice Dates
- Publication Date
- 8 Sep 20214 years ago
- Submission Deadline
- 22 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Sep 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- December 2025
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH FIRE AND RESCUE SERVICE
- Contact Name
- Not specified
- Contact Email
- ashley.gould@firescotland.gov.uk
- Contact Phone
- +44 1416464637
Buyer Location
- Locality
- CAMBUSLANG
- Postcode
- G72 7NA
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Cambuslang East
- Westminster Constituency
- Rutherglen
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0293e4-2021-09-08T08:45:03+01:00",
"date": "2021-09-08T08:45:03+01:00",
"ocid": "ocds-h6vhtk-0293e4",
"description": "(SC Ref:666481)",
"initiationType": "tender",
"tender": {
"id": "T6C-055-2021",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Hard Facilities Management Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
"mainProcurementCategory": "services",
"description": "Hard Facilities Management services throughout the Scottish Fire and Rescue Service estate",
"value": {
"amount": 135000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Procurement of Hard Facilities Management Services comprising; Helpdesk Services 24hr Emergency maintenance response Routine maintenance provision Planned preventative maintenance provision such as appliance bay doors Statutory compliance such as gas, electrical, legionella testing and rectification Grounds maintenance including winter gritting: potential tenderers must note that this element is being reviewed and may not be included in the final scope Small works projects such low risk internal adaptations Minor works projects such as. elemental upgrade such as roof replacement professional, design and property consultancy services and Computer Assisted Facility Management (CAFM) services Any other applicable property related services",
"awardCriteria": {
"criteria": [
{
"name": "Helpdesk",
"type": "quality",
"description": "11"
},
{
"name": "Systems/Systems Integration",
"type": "quality",
"description": "7"
},
{
"name": "Risk",
"type": "quality",
"description": "5"
},
{
"name": "Issues and Recovery",
"type": "quality",
"description": "5"
},
{
"name": "Supply Chain Management",
"type": "quality",
"description": "4"
},
{
"name": "Carbon Reduction",
"type": "quality",
"description": "3"
},
{
"name": "Waste Minimisation",
"type": "quality",
"description": "3"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "2"
},
{
"name": "Social Impact",
"type": "quality",
"description": "3"
},
{
"name": "Achievement of Equalities",
"type": "quality",
"description": "2"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 135000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1980
},
"hasRenewal": true,
"renewal": {
"description": "Up to three periods of up to one year each"
},
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "The Contracting Authority requires the demonstration by means of two or more case studies of successful delivery of similar contracts in similar contexts and will shortlist candidates in accordance with Scottish Government guidance based on Technical and Professional Ability (Part IV. Section C) of the new Single Procurement Document. Scoring and evaluation of candidates' achievement of the required level of Technical and Professional Ability will be based on the following aspects: Successful identification and management of operational challenges in a complex multi-stakeholder environment 30% Successful delivery of collaborative working with a similarly sized contracting authority in a technically complex multi-site environment 30% Successful management of Health and Safety including delivery of principal designer and principal contractor duties in a contract of similar size and scope 10%; Successful development of Contractor's plans/ programmes for acceptance by a Project Manager/ Service Manager in a NEC contract environment 10% Successful implementation of a quality management system and development of a quality plan for a and how this was used in practice to maintain, manage and improve quality standards in a contract of similar type and complexity 10% and, Successful delivery of Community Benefits including details of any social, economic, and environmental benefits achieved in a contract of similar type and complexity 10%"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contracting Authority reserves the right at its sole discretion to extend the contract by up to three further periods of up to 12 months each"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: Current Ratio (see below) Net Assets (Total Assets minus Total Liabilities). Three Years' Continuous Profitable Trading general financial standing (see below) SPD Question 4B.5.1a Professional Indemnity Insurance SPD Question 4B.5.1b Employers Compulsory Liability Insurance SPD Question 4B.5.2 Public Liability Insurance and insurance against loss of or damage caused by the Contractor to the Contracting Authority's property",
"minimum": "Current Ratio:Current ratio must be greater than 1.0 for each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service Net Assets: This must be positive (greater than zero) each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service Three Years' Profitable Trading: The Candidate must demonstrate three years' continuous profitable (meaning profit before tax after interest and depreciation) trading over the last three years of trading. This will be assessed by the Contracting Authority by reference to an independent financial reporting service. Any period negative profitability is to be explained in detail by the Candidate: this explanation will be taken into the reasonable consideration of the Contracting Authority in assessing Submissions. Where the Contracting Authority is satisfied with the explanation and overall financial viability of the Candidate, it reserves the right to proceed with the Candidate's application The Contracting Authority notes its obligation under Regulation 60(9) sating that: (9) Before awarding the contract, except a contract based on a framework agreement concluded in accordance with regulation 34(6) or (7)(a) (framework agreements), the contracting authority must require the tenderer to which it has decided to award the contract to submit up-to-date supporting documents in accordance with regulation 61 (means of proof) A However, in submitting an application, the Candidate understands and accepts the Contracting Authority's right under Regulation 61 (8) to consider means of proof which it deems appropriate: Where, for any valid reason, the economic operator is unable to provide the references or other information required by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate. Professional Indemnity Insurance GBP 1,000,000 Employers Compulsory Liability Insurance GBP 10,000,000 Public Liability Insurance GBP 15,000,000 Loss or damage to Contracting Authority's property GBP 10,000,000",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The Contracting Authority requires the demonstration by means of two or more case studies of successful delivery of similar contracts in similar contexts and will shortlist candidates in accordance with Scottish Government guidance based on Technical and Professional Ability (Part IV. Section C) of the new Single Procurement Document. Scoring and evaluation of candidates' achievement of the required level of Technical and Professional ability. This aspect will be weighted and scored as set out below Health and Safety Standards which is a pass or fail standard as set out in the additional information section Environmental Management Standards which is a pass or fail standard as set out in the additional information section",
"minimum": "Ability will be based on the following aspects: Successful identification and management of operational challenges in a complex multi-stakeholder environment 30% Successful delivery of collaborative working with a similarly sized contracting authority in a technically complex multi-site environment 30% Successful management of Health and Safety including delivery of principal designer and principal contractor duties in a contract of similar size and scope 10%; Successful development of Contractor's plans/ programmes for acceptance by a Project Manager/ Service Manager in a NEC contract environment 10% Successful implementation of a quality management system and development of a quality plan for a and how this was used in practice to maintain, manage and improve quality standards in a contract of similar type and complexity 10% and, Successful delivery of Community Benefits including details of any social, economic, and environmental benefits achieved in a contract of similar type and complexity 10% Candidates must demonstrate achievement of each of these standards across the range of case studies submitted, but is not required to demonstrate achievement of that standard in every case. Candidates must clearly state which of their submitted case studies demonstrates each minimum standard and must indicate where in their identified case studies the evidence is to be found. Each of these aspects will be scored on a 0-4 as set out in the accompanying documentation, and only the five highest scoring candidates will be invited to tender. In the event that some scores are equal such that more than five candidates would qualify, then all candidates with the five highest scores will be invited to tender. Evaluation Panel members shall evaluate the Tender submissions on a Group basis and a single agreed score will be recorded against each criterion/sub-criterion in relation to each submission. The Evaluation Panel shall decide on the response given to the sub criteria as detailed in the Evaluation Matrix and allocate a score of 0-4 based on the response submitted. This score, in conjunction with the Evaluation Matrix, which takes account of the comparative weighting of the criteria being assessed (as detailed in the Evaluation Matrix) shall then result in a score being awarded to each criterion. This is referred to as the Weighted Score. The Candidates securing the five highest overall scores shall be invited to tender. Individual criteria are marked based on the following generic scoring guidance which shows the scores allocated, the description of that score, and its detailed definition: 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. A zero score with regard to any criteria and/or sub-criteria shall result in the tender submission being removed from the tender process for failing to evidence compliance with the minimum standard of the specification 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement shall be fulfilled 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but lacks details on how the requirement shall be fulfilled in certain areas 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides detail on how the requirement shall be fulfilled 4 Excellent Response is completely relevant and excellent overall. The response is full comprehensive, unambiguous, fully addressing all issues and demonstrates a thorough understanding of the requirement and provides details of how the requirement shall be met in full",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-22T12:00:00Z"
},
"secondStage": {
"invitationDate": "2021-04-05T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the regulations.",
"recurrence": {
"description": "December 2025"
}
},
"parties": [
{
"id": "GB-FTS-2672",
"name": "Scottish Fire and Rescue Service",
"identifier": {
"legalName": "Scottish Fire and Rescue Service"
},
"address": {
"streetAddress": "Headquarters, Westburn Drive",
"locality": "Cambuslang",
"region": "UKM95",
"postalCode": "G72 7NA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1416464637",
"email": "ashley.gould@firescotland.gov.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://firescotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-2271",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414298888"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-27809",
"name": "Robertson Facilities Management (FM)",
"identifier": {
"legalName": "Robertson Facilities Management (FM)"
},
"address": {
"streetAddress": "Castle Business Park",
"locality": "Stirling",
"region": "UKM",
"postalCode": "FK9 4TZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1786431600"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-2672",
"name": "Scottish Fire and Rescue Service"
},
"language": "en",
"awards": [
{
"id": "022220-2021-APR413011 T6C-055-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.2,
"maximumPercentage": 0.2,
"description": "Elements of preventative and reactive maintenance services"
},
"suppliers": [
{
"id": "GB-FTS-27809",
"name": "Robertson Facilities Management (FM)"
}
]
}
],
"contracts": [
{
"id": "022220-2021-APR413011 T6C-055-2021-1",
"awardID": "022220-2021-APR413011 T6C-055-2021-1",
"status": "active",
"value": {
"amount": 128000000,
"currency": "GBP"
},
"dateSigned": "2021-09-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 5
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}