Notice Information
Notice Title
Lanarkshire Campus: Facilities Management Services
Notice Description
The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.
Lot Information
Lot 1
The objective of this tender is to appoint a single Contractor to provide and manage FM Services to UWS Lanarkshire Campus. Based on the BCIS benchmark, the approximate annual value of the contract is 3,500,000 GBP based upon the planned gross internal area of the new Campus. Details of the Lanarkshire Campus - - Due to open in April 2018 with transfer completed by September 2018 - Open plan learning environment - 2500-3000 students expected - 58,558 square metres gross internal area approx. Building - GIA sqm Carrick - 7,911 Dunlee - 7,015 Edzell - 9,018 Street - 1,200 Undercroft - 33,414 Total - 58,558 - 3 Buildings (Carrick, Dunlee and Edzell) connected on the south side by a 4th Building (the Street) all sharing a 2 storey undercroft - Total estimated hours of operation per annum - 3,289 - Naturally Ventilated - Electric Heating - BREEAM 'Excellent' rating - Core hours of operation - Monday to Friday - 08:00 - 21:00, Saturday 09:00 - 17:00 - Energy Saving Features - solar panels - The Contractor may be required to provide (or manage the provision of via sub-contractors) the range of FM services including but not limited to: - Facilities Management Helpdesk; including the maintenance of the Asset records - Building Information Management (support and maintenance) to include PPM's and statutory insurance requirements - Building Management System - manage and maintain - Planned & Reactive Building Fabric & Building Services Maintenance - Planned & Reactive Maintenance of Kitchen Equipment - Grounds Maintenance (Hard and Soft) - Internal Planting - Pest Control - Energy & Utilities Monitoring - Cleaning - Washroom vending services - PAT Testing It is the UWS view that TUPE 2006 Regulations may apply to this Contract - Furthermore, the UWS wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015. - The UWS expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation. - The estimated value of the Contract shown is based upon the BCIS benchmark cost (22/06/2017) per square metre multiplied by the potential length of the contract (4 years) is therefore 3,500,000 GBP, however please note that this value is purely for indicative purposes and to provide bidders with like for like information. This contract will not be divided into lots for reasons of operational and management efficiency.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The contract is awarded on the basis of a four (4) year contract with the option to extend by an additional three (3) 12 month periods.
Renewal: Option to extend for 3 x 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000497911
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311134
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
48 - Software package and information systems
50 - Repair and maintenance services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
48421000 - Facilities management software package
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
50720000 - Repair and maintenance services of central heating
50750000 - Lift-maintenance services
50882000 - Repair and maintenance services of restaurant equipment
79993000 - Building and facilities management services
79993100 - Facilities management services
90620000 - Snow-clearing services
90630000 - Ice-clearing services
90690000 - Graffiti removal services
90711500 - Environmental monitoring other than for construction
90910000 - Cleaning services
90911200 - Building-cleaning services
90911300 - Window-cleaning services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- £3,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Feb 20188 years ago
- Submission Deadline
- 4 Aug 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Feb 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Subject to the UWS discretion as to whether or not to exercise one or more extension periods as noted, this contract may be re-procured at the following times: - 2021 - 2022 - 2023 - 2024 The latest date for re-procuring this contract will be 2024.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF THE WEST OF SCOTLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 2BE
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley Northwest
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288491
Lanarkshire Campus: Facilities Management Services - The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311134
Lanarkshire Campus: Facilities Management Services - The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.
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-r6ebe6-0000497911-2018-02-21T00:00:00Z",
"date": "2018-02-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000497911",
"initiationType": "tender",
"parties": [
{
"id": "org-80",
"name": "University of the West of Scotland",
"identifier": {
"legalName": "University of the West of Scotland"
},
"address": {
"streetAddress": "High Street",
"locality": "Paisley",
"region": "UKM35",
"postalCode": "PA1 2BE"
},
"contactPoint": {
"email": "lindsey.johnston@uws.ac.uk",
"telephone": "+44 1418483110",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Higher Education",
"scheme": "COFOG"
}
],
"url": "http://www.uws.ac.uk"
}
},
{
"id": "org-21",
"name": "University of the West of Scotland",
"identifier": {
"legalName": "University of the West of Scotland"
},
"address": {
"streetAddress": "High Street",
"locality": "Paisley",
"region": "UKM35",
"postalCode": "PA1 2BE"
},
"contactPoint": {
"email": "lindsey.johnston@uws.ac.uk",
"telephone": "+44 1418483110",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.uws.ac.uk"
}
},
{
"id": "org-30",
"name": "University of the West of Scotland",
"identifier": {
"legalName": "University of the West of Scotland"
},
"address": {
"streetAddress": "High Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 2BE"
},
"contactPoint": {
"email": "procurement@uws.ac.uk",
"telephone": "+44 1418483000",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Higher Education",
"scheme": "COFOG"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.uws.ac.uk"
}
}
],
"buyer": {
"name": "University of the West of Scotland",
"id": "org-30"
},
"tender": {
"id": "UWS/FMS/JH/108",
"title": "Lanarkshire Campus: Facilities Management Services",
"description": "The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79993000",
"scheme": "CPV"
},
{
"id": "48421000",
"scheme": "CPV"
},
{
"id": "50711000",
"scheme": "CPV"
},
{
"id": "50712000",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
},
{
"id": "50750000",
"scheme": "CPV"
},
{
"id": "50882000",
"scheme": "CPV"
},
{
"id": "90620000",
"scheme": "CPV"
},
{
"id": "90690000",
"scheme": "CPV"
},
{
"id": "90630000",
"scheme": "CPV"
},
{
"id": "90711500",
"scheme": "CPV"
},
{
"id": "90910000",
"scheme": "CPV"
},
{
"id": "90911200",
"scheme": "CPV"
},
{
"id": "90911300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UWS Lanarkshire Campus, Hamilton International Technology Park, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM38"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2017-08-04T12:00:00Z"
},
"documents": [
{
"id": "JUL288491",
"documentType": "contractNotice",
"title": "Lanarkshire Campus: Facilities Management Services",
"description": "The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288491",
"format": "text/html"
},
{
"id": "FEB311134",
"documentType": "awardNotice",
"title": "Lanarkshire Campus: Facilities Management Services",
"description": "The University of the West of Scotland (UWS) is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) Services at the new UWS Lanarkshire Campus. The current Hamilton Campus will be moving to a new build campus in April 2018 with transfer from the current campus by September 2018. It is expected that the Contractor will begin to deliver FM services in the new campus location from April 2018.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311134",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The objective of this tender is to appoint a single Contractor to provide and manage FM Services to UWS Lanarkshire Campus. Based on the BCIS benchmark, the approximate annual value of the contract is 3,500,000 GBP based upon the planned gross internal area of the new Campus. Details of the Lanarkshire Campus - - Due to open in April 2018 with transfer completed by September 2018 - Open plan learning environment - 2500-3000 students expected - 58,558 square metres gross internal area approx. Building - GIA sqm Carrick - 7,911 Dunlee - 7,015 Edzell - 9,018 Street - 1,200 Undercroft - 33,414 Total - 58,558 - 3 Buildings (Carrick, Dunlee and Edzell) connected on the south side by a 4th Building (the Street) all sharing a 2 storey undercroft - Total estimated hours of operation per annum - 3,289 - Naturally Ventilated - Electric Heating - BREEAM 'Excellent' rating - Core hours of operation - Monday to Friday - 08:00 - 21:00, Saturday 09:00 - 17:00 - Energy Saving Features - solar panels - The Contractor may be required to provide (or manage the provision of via sub-contractors) the range of FM services including but not limited to: - Facilities Management Helpdesk; including the maintenance of the Asset records - Building Information Management (support and maintenance) to include PPM's and statutory insurance requirements - Building Management System - manage and maintain - Planned & Reactive Building Fabric & Building Services Maintenance - Planned & Reactive Maintenance of Kitchen Equipment - Grounds Maintenance (Hard and Soft) - Internal Planting - Pest Control - Energy & Utilities Monitoring - Cleaning - Washroom vending services - PAT Testing It is the UWS view that TUPE 2006 Regulations may apply to this Contract - Furthermore, the UWS wishes to ensure that its key suppliers and contractors are committed to equality and diversity within their workforce and supply chain. This includes non-discriminatory behaviour and compliance with the Modern Slavery Act 2015. - The UWS expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation. - The estimated value of the Contract shown is based upon the BCIS benchmark cost (22/06/2017) per square metre multiplied by the potential length of the contract (4 years) is therefore 3,500,000 GBP, however please note that this value is purely for indicative purposes and to provide bidders with like for like information. This contract will not be divided into lots for reasons of operational and management efficiency.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. The contract is awarded on the basis of a four (4) year contract with the option to extend by an additional three (3) 12 month periods.",
"status": "complete",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 3 x 12 months."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Form of Contract to be used will be the NEC3 Term Service Contract. The contract will be subject to a performance management system with KPI's linked to payment mechanism. The contract will also include regular contract management meetings between UWS and the Contractor."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-09-05T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "This section refers to ESPD (Scotland) Section IV Question 4A.1: Bidders must confirm if they hold the particular authorisation or memberships: - Registered with an approved Electrical Contractor scheme such as NICEIC, ECA or equivalent - SEPA Registered Waste Carrier"
},
{
"type": "economic",
"description": "This section refers to ESPD (Scotland) Section IV Part B: Q4B.2.1 Bidders will be required to have a minimum yearly (\"specific\") turnover of 7,000,000 GBP for the last 3 years in the business area covered by the contract. Q4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Q4B.4 The University will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD Q4B.4. UWS requires bidders to pass 2 out of the 3 financial ratios above. Where 2 or 3 of the 3 ratios cannot be met, UWS may take the undernoted into consideration when assessing financial viability and the risk to UWS, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Do Dunn & Bradstreet, Equifax or equivalent consider the bidder to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? UWS will request submission of and assess the bidders financial accounts, and may use Dunn & Bradstreet, Equifax or equivalent verification systems to validate the information provided. Q4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 5 million GBP Q4B.6 Bidders will be required to provide 3 years audited accounts or equivalent when requested, prior to the finalisation of the envisaged shortlist of bidders for ITT stage"
},
{
"type": "technical",
"description": "This section refers to ESPD (Scotland) Section IV Part C: Q4C.1.2 - Bidders will be required to provide three examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice that have taken place in the last three years. Each example should be based upon a different client and contract (i.e. the 3 examples cannot refer to the same client/contract) Each example should be limited to 3 sides of A4 - minimum font size 10 Ariel. Bidders should provide full contact details of the key client contact for each of the examples provided above. UWS may at its own discretion, prior to concluding the selection process, contact any references and/or undertake a site visit to certify the accuracy of the information provided. Q4C.4 - Bidders will be required to demonstrate the relevant supply chain management systems used in similar contracts including but not limited to: - Approach to the Selection of sub-contractors and supply chain partners, including experience of adhering to the clients' internal procurement procedures. - Management of sub-contractors/supply chain partners performance in the delivery of the TFM service to the client, including use of performance management processes such as KPI's and addressing any performance issues. - Dispute Resolution processes in relation to both the client and sub-contractors/supply chain partners. - Prompt Payment of sub-contractors and all supply chain partners, in accordance with relevant legislation. - Approach to encouraging fair working practices throughout the supply chain Bidders response should be limited to 3 sides of A4 - minimum font size 10 Ariel if the text box on PCS-Tender is not adequate to fully answer the question. Bidders should provide evidence to support their responses, including details of the client and contract if applicable."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-02-02T00:00:00Z"
}
},
"classification": {
"id": "79993100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Subject to the UWS discretion as to whether or not to exercise one or more extension periods as noted, this contract may be re-procured at the following times: - 2021 - 2022 - 2023 - 2024 The latest date for re-procuring this contract will be 2024."
},
"amendments": [
{
"id": "amd-19",
"description": "Update of closing date for the ESPD",
"unstructuredChanges": [
{
"oldValue": {
"date": "2017-08-04T12:00:00Z"
},
"newValue": {
"date": "2017-08-07T17:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "The following information relates to ESPD (Scotland) Section IV Part D (Quality Assurance Schemes and Environmental Management Standards): Q4D.1 - (Quality Assurance Schemes) The bidder shall hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Q4D.1 - (Health and Safety Procedures) - The bidder shall hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Q4D.2 - (Environmental Management Standards) The Bidder shall hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. FREEDOM OF INFORMATION Where any bidder considers any information submitted as part of their ESPD submission commercially confidential, they must notify the UWS prior to the ESPD deadline via PCS-T and the UWS will provide a template for completion. Furthermore, shortlisted bidders at ITT stage will be required to confirm prior to award of any contract that you will be in a position to submit a Freedom of Information appendix. This will be for information only and will not be scored. - FORM OF TENDER Shortlisted bidders will be required at ITT stage to submit a signed Form of Tender prior to the award of contract. (SC Ref:530719)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497911"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497911"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497911"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "UWS/FMS/JH/108-1",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "UWS/FMS/JH/108-1",
"awardID": "UWS/FMS/JH/108-1",
"status": "active",
"dateSigned": "2018-02-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 128-261303"
}
]
}