Notice Information
Notice Title
Provision of Hard Facilities Management Services
Notice Description
The Scottish Police Authority (the Authority) has awarded contract to a single service provider for the provision of Facilities Management (FM) and related projects covering the operational estate across Scotland. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods).
Lot Information
Lot 1
The Scottish Police Authority has awarded a contract to a single service provider for the provision of Hard Facilities Management (FM)and related projects up to a limit of 500,000 GBP (five hundred thousand pounds) per instruction, excluding VAT for circa 477 operational properties. This is made up of a two high level elements: Core Service - Planned and reactive maintenance and projects. Additional Services: revenue/capital funded maintenance projects. Additional services may or may not be instructed under this contract, and are dependent on availability of future funding and not guaranteed. The Hard Facilities Management (FM) will cover the operational estate across Scotland. The services include a range of planned preventative maintenance of fabric and mechanical and electrical assets including lifts and statutory compliance and inspection testing; reactive repairs and maintenance; and capital and revenue maintenance works projects up to the value of 500,000 GBP ex VAT. The scope also includes provision and administration of a national helpdesk and CAFM system, provide professional advice, guidance and assistance on facilities management and property issues to assist SPA in the running of its properties, under best business practice, ensuring compliance with current regulatory legislation whilst obtaining value for money.
Options: The very nature of facilities management can be complex, variable and in flux. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector) and to vary the contract accordingly including the overall value of the contract estimated at Paragraph II.1.7) (Estimated total value) above.
Renewal: The initial contract period will be 52 months, with the option to extend for a period up to 24 months (in increments of 12 months and 12 months). Duration included 2 x 12 month extension at discretion of Authority
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000629248
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428721
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45259000 - Repair and maintenance of plant
48420000 - Facilities management software package and software package suite
50324200 - Preventive maintenance services
50413200 - Repair and maintenance services of firefighting equipment
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
50610000 - Repair and maintenance services of security equipment
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50750000 - Lift-maintenance services
50800000 - Miscellaneous repair and maintenance services
71315300 - Building surveying services
71317200 - Health and safety services
71320000 - Engineering design services
71324000 - Quantity surveying services
71600000 - Technical testing, analysis and consultancy services
72253000 - Helpdesk and support services
72514000 - Computer facilities management services
72514100 - Facilities management services involving computer operation
72514200 - Facilities management services for computer systems development
72514300 - Facilities management services for computer systems maintenance
77310000 - Planting and maintenance services of green areas
77314000 - Grounds maintenance services
79993000 - Building and facilities management services
79993100 - Facilities management services
90700000 - Environmental services
90922000 - Pest-control services
Notice Value(s)
- Tender Value
- £141,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £158,281,234 £100M-£1B
Notice Dates
- Publication Date
- 22 Sep 20214 years ago
- Submission Deadline
- 9 Oct 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Sep 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The Authority may re-let this contract prior to the end of the initial 4 year and 4 month period and a Contract Notice will be published circa 18 months prior to the end of the initial period. If not, the 12 month extension will be used, the supplier will be notified prior to its commencement date. Decision to utilise final 12 months extension will be taken at least 6 months prior to commencement.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Not specified
- Contact Email
- rebecca.hall@scotland.pnn.police.uk
- Contact Phone
- +44 7717878917
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394327
Provision of Hard Facilities Management Services - The Scottish Police Authority (the Authority) have a requirement to procure a Provider for Hard Facilities Management (FM) covering the operational estate across Scotland. The Authority intends to award a contract to a single service provider for the provision of Hard Facilities Management (FM) services. The service will include hard FM services and related projects. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428721
Provision of Hard Facilities Management Services - The Scottish Police Authority (the Authority) has awarded contract to a single service provider for the provision of Facilities Management (FM) and related projects covering the operational estate across Scotland. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods).
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-r6ebe6-0000629248-2021-09-22T00:00:00Z",
"date": "2021-09-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000629248",
"initiationType": "tender",
"parties": [
{
"id": "org-68",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "rebecca.hall@scotland.pnn.police.uk",
"telephone": "+44 7717878917",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-26",
"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"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-40",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "rebecca.hall@scotland.pnn.police.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-41",
"name": "Atalian Servest AMK Ltd.",
"identifier": {
"legalName": "Atalian Servest AMK Ltd."
},
"address": {
"streetAddress": "42 Dryden Road, Bilston Industrial Estate",
"locality": "Loanhead",
"region": "UK",
"postalCode": "EH20 9LZ"
},
"contactPoint": {
"telephone": "+44 1314406000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-22",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Clerk's Office, PO Box 23,1 Carlton Place,",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "e-tendering@uk-cpi.com",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-40"
},
"tender": {
"id": "PROC 20-0477 PCS-T",
"title": "Provision of Hard Facilities Management Services",
"description": "The Scottish Police Authority (the Authority) has awarded contract to a single service provider for the provision of Facilities Management (FM) and related projects covering the operational estate across Scotland. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79993100",
"scheme": "CPV"
},
{
"id": "45259000",
"scheme": "CPV"
},
{
"id": "50324200",
"scheme": "CPV"
},
{
"id": "50413200",
"scheme": "CPV"
},
{
"id": "50532000",
"scheme": "CPV"
},
{
"id": "50700000",
"scheme": "CPV"
},
{
"id": "50750000",
"scheme": "CPV"
},
{
"id": "50800000",
"scheme": "CPV"
},
{
"id": "72253000",
"scheme": "CPV"
},
{
"id": "72514300",
"scheme": "CPV"
},
{
"id": "77314000",
"scheme": "CPV"
},
{
"id": "77310000",
"scheme": "CPV"
},
{
"id": "90922000",
"scheme": "CPV"
},
{
"id": "48420000",
"scheme": "CPV"
},
{
"id": "72514000",
"scheme": "CPV"
},
{
"id": "72514100",
"scheme": "CPV"
},
{
"id": "72514200",
"scheme": "CPV"
},
{
"id": "50610000",
"scheme": "CPV"
},
{
"id": "71320000",
"scheme": "CPV"
},
{
"id": "71315300",
"scheme": "CPV"
},
{
"id": "71324000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71317200",
"scheme": "CPV"
},
{
"id": "50710000",
"scheme": "CPV"
},
{
"id": "90700000",
"scheme": "CPV"
},
{
"id": "79993000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the Scottish Mainland and Islands."
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 141000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-10-09T12:00:00Z"
},
"documents": [
{
"id": "SEP394327",
"documentType": "contractNotice",
"title": "Provision of Hard Facilities Management Services",
"description": "The Scottish Police Authority (the Authority) have a requirement to procure a Provider for Hard Facilities Management (FM) covering the operational estate across Scotland. The Authority intends to award a contract to a single service provider for the provision of Hard Facilities Management (FM) services. The service will include hard FM services and related projects. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP394327",
"format": "text/html"
},
{
"id": "SEP428721",
"documentType": "awardNotice",
"title": "Provision of Hard Facilities Management Services",
"description": "The Scottish Police Authority (the Authority) has awarded contract to a single service provider for the provision of Facilities Management (FM) and related projects covering the operational estate across Scotland. The maximum contract duration is 6 years and 4 months (initial duration 4 years and 4 months with the option to extend for a period of two 12 month periods).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP428721",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Scottish Police Authority has awarded a contract to a single service provider for the provision of Hard Facilities Management (FM)and related projects up to a limit of 500,000 GBP (five hundred thousand pounds) per instruction, excluding VAT for circa 477 operational properties. This is made up of a two high level elements: Core Service - Planned and reactive maintenance and projects. Additional Services: revenue/capital funded maintenance projects. Additional services may or may not be instructed under this contract, and are dependent on availability of future funding and not guaranteed. The Hard Facilities Management (FM) will cover the operational estate across Scotland. The services include a range of planned preventative maintenance of fabric and mechanical and electrical assets including lifts and statutory compliance and inspection testing; reactive repairs and maintenance; and capital and revenue maintenance works projects up to the value of 500,000 GBP ex VAT. The scope also includes provision and administration of a national helpdesk and CAFM system, provide professional advice, guidance and assistance on facilities management and property issues to assist SPA in the running of its properties, under best business practice, ensuring compliance with current regulatory legislation whilst obtaining value for money.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"options": {
"description": "The very nature of facilities management can be complex, variable and in flux. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector) and to vary the contract accordingly including the overall value of the contract estimated at Paragraph II.1.7) (Estimated total value) above."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2280
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract period will be 52 months, with the option to extend for a period up to 24 months (in increments of 12 months and 12 months). Duration included 2 x 12 month extension at discretion of Authority"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Invitation to Tender (ITT) will contain all the relevant contract performance requirements. The KPIs may include the following areas of Quality, Service, Cost, and Sustainability and cover elements of Customer Service; Statutory Compliance; Operational Delivery, Innovation and Continuous Improvement, Financial Management, fair working practices and community benefits."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2020-12-14T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Candidate is UK based they must hold a valid registration with Companies House. Where the Candidate is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Candidates within the UK must confirm if they are registered under Companies House within this question. If the Candidate is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. ESPD Question 4A.2 Accreditation It is a requirement of this contract that Candidates must have ISO 27001- Information Security Management. Candidates are required to confirm this and demonstrate this as part of their response. If a Candidate is working towards this then should advise the expected date of achieving ISO 27001. ISO 27001 must in place prior to the commence of any subsequently awarded contract. Failure to do so will result in the contract not being awarded."
},
{
"type": "economic",
"description": "This section refers to ESPD (Scotland) Section IV Part B: 4B.1.1,4B.1.3 4B.3, 4B.5.1, 4B.5.2, 4B.5.3, 4B.6 and 4B6.1. Specific yearly turnover Insurance Requirements Other economic and financial requirements",
"minimum": "The minimum requirements are detailed in Appendix 1 - ESPD requirements of the document titled 'HARD FM ITP Information and Instructions for Candidates' attached to the PCS-tender system. Q4B.1.1 Candidates will be required to have a minimum yearly (\"general\") turnover of 27,000,000 GBP for the last 3 years in the business area covered by the contract. 4B.1.3 -- If the relevant documentation is available electronically, please indicate: Q4B.3 Where turnover information is not available for the time period requested, the candidate will be required to state the date which they were set up or started trading. Q4B.5.1, Q4B.5.2 It is a requirement of this contract that candidates 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 Product Liability = 5 million GBP Statutory Motor Vehicle Insurance. 4B.5.3 -- If the relevant documentation is available electronically, please indicate: 4B.6 and 4B.6.1 -- Credit safe report for a Candidates organisation greater than 30. Candidates should be aware that the Scottish Police Authority reserves the right to seek additional assurances where a bidder fails to achieve the required financial standing by way of a commitment to obtaining a Parent Company Guarantee (PCG) or a bank guarantee."
},
{
"type": "technical",
"description": "This section refers to ESPD (Scotland) Section IV Part C: Candidates must refer to the HARD FM ITP Information and Instructions for Candidates document concerning Section C, part IV, Technical and Professional Ability selection criteria. ESPD (Scotland) Selection Criteria Section, question Section C, part IV, Technical and Professional Ability: 4C.1.2, 4C.2, 4C.4, 4C.7, and 4C.10.",
"minimum": "Candidates must refer to the HARD FM ITP Information and Instructions for Candidates document concerning Section C, part IV, Technical and Professional Ability selection criteria. Relevant Examples of Previous Works and/or Services Statements for: Q4C.1.2 - Candidates will be required to provide at least two 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. 4C.1.2 A &B &C -- Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the HARD FM ITP Information and Instructions for Candidates document. 4C.2 -- Candidates will be required to details the key persons who can be called upon to deliver the requirements of the project as described in the HARD FM ITP Information and Instructions for Candidates document. 4C.4 -- Candidates will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.7 -- Candidates will be required to confirm that they will employ environmental management measures that meet the following requirements: [Please refer to the HARD FM ITP Information and Instructions for Candidates document] 4C.10 -- Candidates will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract. The following question within Part IV, Section C, Technical and Professional Ability will be subject to a weighted as follows: Question 4C.1.2 (A&B&C)will carry a weighting of 55 % Question 4C.2 will carry a weighting of 20 % Question 4C.4 will carry a weighting of 15 % and Question 4C.7 will carry a weighting of 10 %. All other questions within this section C asked, will carry no weighting and used for information purposes only. The minimum requirements are detailed in Appendix 1 - ESPD requirements of the document titled 'HARD FM ITP Information and Instructions for Candidates' attached to the PCS-tender system. The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 2 and 3. It would be beneficial if tenderer's put forwards team that hold or have recently held NPPV Level 2 and 3."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"classification": {
"id": "79993000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "The Authority may re-let this contract prior to the end of the initial 4 year and 4 month period and a Contract Notice will be published circa 18 months prior to the end of the initial period. If not, the 12 month extension will be used, the supplier will be notified prior to its commencement date. Decision to utilise final 12 months extension will be taken at least 6 months prior to commencement."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 177-428649"
}
],
"description": "Vetting- Personnel assigned to the supply of the services shall be vetted to NPPV2 and 3. Please note TUPE may apply. (SC Ref:667921)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000629248"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000629248"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC 20-0477",
"suppliers": [
{
"id": "org-41",
"name": "Atalian Servest AMK Ltd."
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC 20-0477",
"awardID": "PROC 20-0477",
"status": "active",
"value": {
"amount": 158281234,
"currency": "GBP"
},
"dateSigned": "2021-09-07T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "82",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "83",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "84",
"measure": "foreignBidsFromEU",
"value": 5,
"relatedLot": "1"
},
{
"id": "85",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "86",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}