Award

Hard Facilities Management Service

LIVERPOOL CITY COUNCIL

This public procurement record has 4 releases in its history.

Award

13 Dec 2021 at 15:09

TenderUpdate

23 Jul 2021 at 09:49

Tender

22 Jul 2021 at 16:48

Planning

14 May 2021 at 16:22

Summary of the contracting process

The Liverpool City Council is conducting a public procurement process for the "Hard Facilities Management Service," classified under building and facilities management services. This service aims to deliver high-quality, cost-effective facilities management across the Council's estate. The procurement is currently at the award stage, with the latest update reflecting an unfortunate unsuccessful status on December 13, 2021. The tender was initially opened for bids until August 23, 2021, with the intention to foster a collaborative relationship with the chosen service provider. The contract period is set for 1800 days, with provisions for two one-year extensions.

This tender presents significant business growth opportunities for companies specialising in facilities management, particularly those adept in delivering tailored solutions across large portfolios. Businesses with expertise in statutory compliance, innovative techniques, and delivering socially responsible services would be particularly well-positioned to compete. Additionally, organisations that can seamlessly integrate with existing systems such as the Councils' Concerto Computer Aided Facilities Management System will have a competitive edge, as this aligns with the Council's direction for a collaborative approach to service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Hard Facilities Management Service

Notice Description

Liverpool City Council (The Council) is seeking a provider of a professional Hard Facilities Management (FM) Services Solution that delivers high quality services across its estate, that achieve value for money, statutory compliance and contributes positively to protecting the brand integrity of The Council.

Lot Information

Lot 1

The Council is seeking a collaborative, partnership approach to delivering these services. The Service Provider is expected to recognise and actively deliver on the below key requirements: - Delivery of a High Quality and Tailored Hard FM Services solution for The Council's portfolio of properties. The nature of the estate demands a flexibility in accommodating the increase and decrease of property on an ongoing basis without detriment to the Services. - Working in collaboration with The Council to ensure a Statutorily Compliant and Safe Environment is clearly demonstrable across the portfolio of properties. - To deploy techniques, equipment, innovation and contract management that result in a consistent outcome that meets the required standards. - To deliver a solution that through a genuine best value approach derives an economical and efficient service arrangement for The Council. - All Services shall be performed in a manner that minimises disruption to the working environment, the internal maintenance teams, the staff, visitors and members of the public, whilst ensuring optimal productivity and utilisation of resources. - To proactively recognise and promote the Social Responsibilities as defined within The Council's Fair City Policy, alongside the Service Providers own policy. - To integrate seamlessly with The Council's Strategic Delivery of Services, adopting the Concerto Computer Aided Facilities Management (CAFM) System as the single Data Centre for all information produced as a result of the Services Delivered.

Renewal: 2 x 1 year possible extensions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b174
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030975-2021
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

50700000 - Repair and maintenance services of building installations

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
£15,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Dec 20214 years ago
Submission Deadline
23 Aug 2021Expired
Future Notice Date
4 Jul 2021Expired
Award Date
13 Dec 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LIVERPOOL CITY COUNCIL
Contact Name
Ms Catherine Bacon
Contact Email
catherine.bacon@liverpool.gov.uk
Contact Phone
+44 1512330592

Buyer Location

Locality
LIVERPOOL
Postcode
L3 1DS
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD72 Liverpool

Local Authority
Liverpool
Electoral Ward
Waterfront South
Westminster Constituency
Liverpool Riverside

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02b174-2021-12-13T15:09:17Z",
    "date": "2021-12-13T15:09:17Z",
    "ocid": "ocds-h6vhtk-02b174",
    "initiationType": "tender",
    "tender": {
        "id": "DN532104",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Hard Facilities Management Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79993000",
            "description": "Building and facilities management services"
        },
        "mainProcurementCategory": "services",
        "description": "Liverpool City Council (The Council) is seeking a provider of a professional Hard Facilities Management (FM) Services Solution that delivers high quality services across its estate, that achieve value for money, statutory compliance and contributes positively to protecting the brand integrity of The Council.",
        "lots": [
            {
                "id": "1",
                "description": "The Council is seeking a collaborative, partnership approach to delivering these services. The Service Provider is expected to recognise and actively deliver on the below key requirements: - Delivery of a High Quality and Tailored Hard FM Services solution for The Council's portfolio of properties. The nature of the estate demands a flexibility in accommodating the increase and decrease of property on an ongoing basis without detriment to the Services. - Working in collaboration with The Council to ensure a Statutorily Compliant and Safe Environment is clearly demonstrable across the portfolio of properties. - To deploy techniques, equipment, innovation and contract management that result in a consistent outcome that meets the required standards. - To deliver a solution that through a genuine best value approach derives an economical and efficient service arrangement for The Council. - All Services shall be performed in a manner that minimises disruption to the working environment, the internal maintenance teams, the staff, visitors and members of the public, whilst ensuring optimal productivity and utilisation of resources. - To proactively recognise and promote the Social Responsibilities as defined within The Council's Fair City Policy, alongside the Service Providers own policy. - To integrate seamlessly with The Council's Strategic Delivery of Services, adopting the Concerto Computer Aided Facilities Management (CAFM) System as the single Data Centre for all information produced as a result of the Services Delivered.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality/Technical Criteria",
                            "type": "quality",
                            "description": "55"
                        },
                        {
                            "name": "Fair City/Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 1 year possible extensions."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Please refer to Selection Questionnaire for details. The Selection Questionnaire follows the Crown Commercial Service recommended form with the following optional questions included: Technical and Professional Ability - 20% Diverse Hard FM Services - 15% Mobilisation - 15% Computer Aided Facilities Management (CAFM) Systems - 15% Social Value and Sustainability - 10% Best Value, Innovation and Added Value - 10% Customer Satisfaction - 5% Business Continuity Planning - 10%"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-07-05T00:00:00+01:00"
        },
        "value": {
            "amount": 15500000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to \"Objective criteria for choosing the limited number of candidates\".",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-23T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-09-23T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21"
                        },
                        "newValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545"
                        },
                        "where": {
                            "section": "I.3",
                            "label": "Communication"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-572",
            "name": "Liverpool City Council",
            "identifier": {
                "legalName": "Liverpool City Council"
            },
            "address": {
                "streetAddress": "4th Floor, Cunard Building",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 1DS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ms Catherine Bacon",
                "email": "Catherine.Bacon@liverpool.gov.uk",
                "url": "https://procontract.due-north.com/Advert?advertId=bc45cd9b-02eb-eb11-810d-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21",
                "telephone": "+44 1512330592"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.liverpool.gov.uk",
                "buyerProfile": "http://www.liverpool.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-23192",
            "name": "Liverpool City Council",
            "identifier": {
                "legalName": "Liverpool City Council"
            },
            "address": {
                "streetAddress": "Cunard Building",
                "locality": "Liverpool",
                "postalCode": "L3 1DS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "catherine.bacon@liverpool.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-573",
            "name": "CEDR",
            "identifier": {
                "legalName": "CEDR"
            },
            "address": {
                "streetAddress": "70 Fleet Street",
                "locality": "London",
                "postalCode": "EC4Y 1EU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-279",
            "name": "CEDR",
            "identifier": {
                "legalName": "CEDR"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-572",
        "name": "Liverpool City Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "030975-2021-2021/S 000-017408-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}