Award

Facilities Management Services

FORTH VALLEY COLLEGE

This public procurement record has 2 releases in its history.

Award

13 Aug 2024 at 00:00

Tender

27 Oct 2023 at 00:00

Summary of the contracting process

Forth Valley College has initiated a procurement process for the provision of Facilities Management Services, covering its campuses in Falkirk, Stirling, and Alloa. This contract falls under the industry category of Education and encompasses a variety of facilities management support, including maintenance of facilities management helpdesk, asset information model, building management systems, lighting management, and other critical maintenance and environmental services. The procurement is currently at the Tender stage, with the submission deadline set for 28 November 2023. The competitive procedure involves negotiation, and detailed information must be submitted electronically via the Public Contracts Scotland platform. The contract is estimated to be worth £13.5 million with an initial duration of 5 years, extendable up to 9 years.

This tender offers a significant opportunity for businesses specialising in facilities management to establish or expand their footprint within the public sector, particularly in the education domain. Companies that demonstrate strong technical and professional ability, are committed to sustainability and environmental management, and possess robust supply chain management systems will find this contract particularly suited to their capabilities. Large facilities management firms or consortiums capable of handling complex multi-site operations and maintaining high standards of service quality and compliance with regulations and environmental standards are encouraged to compete. The expected adherence to Fair Work Practices, including the Scottish Living Wage, ensures fair remuneration and ethical treatment, making it an attractive prospect for socially responsible businesses.

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

Facilities Management Services

Notice Description

The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required

Lot Information

Lot 1

The College is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) services at the College's campuses in Falkirk, Stirling and Alloa. The College's existing portfolio is as follows: Falkirk Campus, January 2020, 21,703 sq.m, Single Building comprises ground & first floor, Total Hours of operation per annum is 3300, Energy Saving Features are Rainwater harvesting system, solar panels, mix of natural ventilation, mechanical ventilation and naturally ventilated, energy piles, gas heating, underfloor heating, LED lighting, chill beams, BREEAM "Very Good" rating, EPC Rating B (as at December 2019). Operational Hours are 6.30am to 5.30 pm (Mon, Wed, Fri), 6am to 9pm (Tues Thurs, during term times) Alloa Campus, Opened in August 2011, 5,786 sq.m, Single Building comprises Lower Ground (Floor 0), Ground (Floor 1) and First Floor (Floor 2), Total hours of operation per annum - 2750, Energy Saving Features include Rainwater harvesting system, solar thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM "Excellent" rating. EPC Rating B (at July 2011). Operational Hours are 7am to 6.00 pm (Mon - Fri during Term Time) Stirling Campus, Opened March 2012, 7,989 sq.m, Single Building comprises Ground Floor and First Floor, Total Hours of operation per annum are 3050. Energy Saving Features include Rainwater harvesting system, solar Thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM "Excellent" rating. EPC Rating C (at April 2022). Operational Hours are 7am to 6.00 pm (Mon, Wed, Fri), 7am to 9pm (Tues Thurs, all year) The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, PPMS, and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required It is the College's view that Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) shall relate to this Contract. The College recognises the values of, and supports actions to, enable a well-motivated and dedicated workforce both in its own organisation and in those of its clients and suppliers. The College supports the implementation of Fair Work First. The College is an accredited employer under the Scottish Living Wage scheme https://scottishlivingwage.org/ and that requires all staff employed on their premises to receive remuneration payments that at least conform with the current Real Living Wage of 12.00GBP per hour. Please refer to the Instruction to Bidders Document for more information. Furthermore, the College 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 College expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.

Renewal: The Contract will run for an initial 5-year period, commencing on 1 July 2024 until 30 June 2029. The College has included 2 x 24-month options to extend the contract, up to a maximum end date of 30 June 2033. Any of these extension periods can be exercised at the College's discretion subject to satisfactory performance of the Contractor and continuing College requirements.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000748328
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511935
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
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

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

98 - Other community, social and personal 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

71314200 - Energy-management services

77314000 - Grounds maintenance services

79993100 - Facilities management services

90500000 - Refuse and waste related services

90620000 - Snow-clearing services

90630000 - Ice-clearing services

90690000 - Graffiti removal services

90922000 - Pest-control services

98514000 - Domestic services

Notice Value(s)

Tender Value
£13,500,000 £10M-£100M
Lots Value
£13,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£13,500,000 £10M-£100M

Notice Dates

Publication Date
13 Aug 20241 years ago
Submission Deadline
28 Nov 2023Expired
Future Notice Date
Not specified
Award Date
3 Jul 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Subject to the College's discretion as to whether or not to exercise one or both extension periods as noted, this contract may be re-procured at the following times: 2029 2031 The latest date for re-procuring this contract will be 2033

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
FORTH VALLEY COLLEGE
Contact Name
Angela Van Gelder, Ester Vasallo
Contact Email
avangelder@apuc-scot.ac.uk, procurement@forthvalley.ac.uk
Contact Phone
+44 1324403000

Buyer Location

Locality
FALKIRK
Postcode
FK2 9AD
Post Town
Falkirk and Stirling
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM12 Falkirk
Delivery Location
TLM72 Clackmannanshire and Fife, TLM76 Falkirk, TLM77 Perth and Kinross, and Stirling

Local Authority
Falkirk
Electoral Ward
Falkirk North
Westminster Constituency
Falkirk

Supplier Information

Number of Suppliers
1
Supplier Name

FES FM

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT491437
    Facilities Management Services - The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511935
    Facilities Management Services - The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required

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-r6ebe6-0000748328-2024-08-13T00:00:00Z",
    "date": "2024-08-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000748328",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "name": "Forth Valley College",
            "identifier": {
                "legalName": "Forth Valley College"
            },
            "address": {
                "streetAddress": "Grangemouth Road",
                "locality": "Falkirk",
                "region": "UKM76",
                "postalCode": "FK2 9AD"
            },
            "contactPoint": {
                "name": "Angela Van Gelder",
                "email": "avangelder@apuc-scot.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.forthvalley.ac.uk"
            }
        },
        {
            "id": "org-16",
            "name": "Camelon Sheriff Court",
            "identifier": {
                "legalName": "Camelon Sheriff Court"
            },
            "address": {
                "streetAddress": "Main Street",
                "locality": "Camelon, Falkirk",
                "postalCode": "FK14AR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-97",
            "name": "Forth Valley College",
            "identifier": {
                "legalName": "Forth Valley College"
            },
            "address": {
                "streetAddress": "Grangemouth Road",
                "locality": "Falkirk",
                "region": "UKM76",
                "postalCode": "FK2 9AD"
            },
            "contactPoint": {
                "name": "Ester Vasallo",
                "email": "procurement@forthvalley.ac.uk",
                "telephone": "+44 1324403000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.forthvalley.ac.uk"
            }
        },
        {
            "id": "org-316",
            "name": "FES FM Ltd",
            "identifier": {
                "legalName": "FES FM Ltd"
            },
            "address": {
                "streetAddress": "Forth House, Pirnhall Business Park",
                "locality": "Stirling",
                "region": "UK",
                "postalCode": "FK7 8HW"
            },
            "contactPoint": {
                "telephone": "+44 1786458888"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "https://www.fes-group.co.uk/group-services/facilities-management/"
            }
        },
        {
            "id": "org-100",
            "name": "Camelon Sheriff Court",
            "identifier": {
                "legalName": "Camelon Sheriff Court"
            },
            "address": {
                "streetAddress": "Main St, Camelon",
                "locality": "Falkirk",
                "postalCode": "FK1 4AR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Forth Valley College",
        "id": "org-97"
    },
    "tender": {
        "id": "EST-2022-04",
        "title": "Facilities Management Services",
        "description": "The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "48421000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50711000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50712000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50720000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50750000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98514000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90620000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90690000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90922000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Falkirk, Alloa and Stirling"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM72"
                    },
                    {
                        "region": "UKM76"
                    },
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM72"
                    },
                    {
                        "region": "UKM76"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 13500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81439875018B60C075FF",
        "tenderPeriod": {
            "endDate": "2023-11-28T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT491437",
                "documentType": "contractNotice",
                "title": "Facilities Management Services",
                "description": "The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT491437",
                "format": "text/html"
            },
            {
                "id": "AUG511935",
                "documentType": "awardNotice",
                "title": "Facilities Management Services",
                "description": "The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, Planned Preventative Maintenance Schedule , and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511935",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The College is seeking to appoint a single Facilities Management Contractor to provide Facilities Management (FM) services at the College's campuses in Falkirk, Stirling and Alloa. The College's existing portfolio is as follows: Falkirk Campus, January 2020, 21,703 sq.m, Single Building comprises ground & first floor, Total Hours of operation per annum is 3300, Energy Saving Features are Rainwater harvesting system, solar panels, mix of natural ventilation, mechanical ventilation and naturally ventilated, energy piles, gas heating, underfloor heating, LED lighting, chill beams, BREEAM \"Very Good\" rating, EPC Rating B (as at December 2019). Operational Hours are 6.30am to 5.30 pm (Mon, Wed, Fri), 6am to 9pm (Tues Thurs, during term times) Alloa Campus, Opened in August 2011, 5,786 sq.m, Single Building comprises Lower Ground (Floor 0), Ground (Floor 1) and First Floor (Floor 2), Total hours of operation per annum - 2750, Energy Saving Features include Rainwater harvesting system, solar thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM \"Excellent\" rating. EPC Rating B (at July 2011). Operational Hours are 7am to 6.00 pm (Mon - Fri during Term Time) Stirling Campus, Opened March 2012, 7,989 sq.m, Single Building comprises Ground Floor and First Floor, Total Hours of operation per annum are 3050. Energy Saving Features include Rainwater harvesting system, solar Thermal water heating, predominately naturally ventilated, gas heating, underfloor heating. BREEAM \"Excellent\" rating. EPC Rating C (at April 2022). Operational Hours are 7am to 6.00 pm (Mon, Wed, Fri), 7am to 9pm (Tues Thurs, all year) The Contractor will be required to provide (or manage the provision of via sub- contractors) the range of FM services including: Facilities Management Helpdesk; including the maintenance of the asset records Asset Information Model Building Information Modelling (support and maintenance) Building Management System - manage and maintain (the College uses Trend iQ Vision BMS system) Lighting Management System - manage and maintain (Falkirk Campus - Zumtobel) Planned & Reactive Building Fabric & Building Services Maintenance, PPMS, and Statutory Maintenance Grounds Maintenance (Hard and Soft) Pest Control Energy & Utilities Monitoring Cleaning Waste Management Other related services as required It is the College's view that Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) shall relate to this Contract. The College recognises the values of, and supports actions to, enable a well-motivated and dedicated workforce both in its own organisation and in those of its clients and suppliers. The College supports the implementation of Fair Work First. The College is an accredited employer under the Scottish Living Wage scheme https://scottishlivingwage.org/ and that requires all staff employed on their premises to receive remuneration payments that at least conform with the current Real Living Wage of 12.00GBP per hour. Please refer to the Instruction to Bidders Document for more information. Furthermore, the College 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 College expects that the Contractor shall ensure that payment of sub-contractors and all supply chain partners is made promptly, in accordance with relevant legislation.",
                "status": "complete",
                "value": {
                    "amount": 13500000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "This procurement process will be conducted through the use of the Competitive with Negotiation Procedure. It is critical that bidders read all sections of this Contract Notice, the links to the relevant Sections and Parts of the SPD (Scotland) and the Instructions to Bidders Document to understand the requirements of this Contract. SPD submissions shall be evaluated in the following way: Relevant questions, within Part III (all sections) and Part IV (Sections A,B,C and D) as stated in the Instruction to Bidders Document are minimum standards and will be evaluated on a pass/fail basis. Question 4C.1.2 within Part IV Section C (Technical and Professional Ability) as stated within the Instruction to Bidders Document has been allocated a weighting and sub-divided to each example as follows: 100% weighting (Example 1 - 40%; Example 2 - 40%; Example 3 - 20%) Each of the scored examples will be objectively evaluated using the following criteria: 0 - Unacceptable - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion and/or contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature to those required. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to those required. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to those required. Q4C.10 - This is mandatory, for information only and will not be scored."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will run for an initial 5-year period, commencing on 1 July 2024 until 30 June 2029. The College has included 2 x 24-month options to extend the contract, up to a maximum end date of 30 June 2033. Any of these extension periods can be exercised at the College's discretion subject to satisfactory performance of the Contractor and continuing College requirements."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Proposed Strategic Model & Structure",
                            "description": "4"
                        },
                        {
                            "type": "cost",
                            "name": "Pricing Schedule - Total Cost",
                            "description": "36"
                        }
                    ]
                }
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract will be subject to a performance management system with KPIs linked to a payment mechanism. The contract will also include regular contract management meetings between the College and Contractor, at one of the College Campuses. Further detail relating to the Contract Performance Conditions will be provided to the shortlisted Bidders at ITT stage."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2024-01-10T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Question 4A.2.1 and 4A2.2 of the SPD As a minimum, the College has identified the following relevant professional or trade register or membership which is relevant to this Contract: Gas Safe Register Approved Electrical Contractor Scheme such as NICEIC, ECA or equivalent. Bidders must confirm if they hold the authorisation or membership as above. Please confirm on PCS-T that you can meet this requirement and evidence shall be provided when requested. Pass = The Bidder has confirmed they hold the authorisation or membership and provided evidence. Fail = The Bidder does not hold the relevant authorisation or membership or has stated they hold the authorisation or membership but has not provided evidence."
                },
                {
                    "type": "economic",
                    "description": "Question 4B.2.1 of the SPD Bidders will be required to have a minimum annual turnover of 3,000,000 GBP for the last 2 years in the business area covered by the Contract. Question 4B.3 of the SPD Where turnover information is not available for the entire period required, please state the date on which the bidder was set up or started trading. Question 4B.5 of the SPD It is a requirement of this contract that Bidders hold, or can commit to obtain prior to proceeding to stage 2 of the procurement process, the types and levels of insurance indicated below: Employers (Compulsory) Liability Insurance = 10million GBP Public Liability Insurance = 10million GBP Professional Indemnity Insurance = 5million GBP A copy of the Insurance Certificate or Brokers Letter must be provided prior to proceeding to stage 2 of the procurement process to demonstrate that the Insurance requirements can be met. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested. Question 4B.6 Please complete the questions on financial accounts and supporting information on the SPD. The Successful Bidders will be required to provide two years of audited accounts or equivalent prior to proceeding to stage 2 of the procurement process. If you are unable to provide the required accounting information - e.g. a new business without the required accounts, please provide a banker's letter demonstrating their willingness to support your organisation over the term of the Contract. The College shall assess the financial accounts or banker's letter submitted. It may seek further clarity if necessary and use all financial information submitted to ensure that the Bidder has satisfactory economic and financial standing to meet the contract requirements. If analysis of a Bidder's financial position determines that additional measures are necessary in order to provide adequate assurance of the Bidder's financial strength to the College, that Bidder may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the Bidder, then the College reserves the right to disqualify the Bidder. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested.",
                    "minimum": "Question 4B.2.1 of the SPD Pass = The Bidder has confirmed they meet the minimum annual turnover or the Bidder meets Question 4B.3 Fail = The Bidder does not meet the minimum annual turnover. Question 4B.3 of the SPD Pass = The Bidder has confirmed the set up or trading start date. Fail = The Bidder has not confirmed the set up or trading start date. Question 4B.5 of the SPD Pass = The Bidder has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a broker's letter. Fail = The Bidder does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but has not provided evidence to demonstrate this. Question 4B.6 of the SPD Pass = The Bidder has provided all financial accounts or banker's letter and/or supporting information requirements as requested by the College and has demonstrated satisfactory economic and financial standing. Fail = The Bidder has not provided the required financial accounts or banker's letter and/or supporting information as requested by the College or has provided the information but has not demonstrated satisfactory economic and financial standing."
                },
                {
                    "type": "technical",
                    "description": "Question 4C.4 of the SPD Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below: Bidders must confirm prior to proceeding to stage 2 of the procurement process that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of: a) their standard payment terms b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the Bidder is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested. Question 4C4.7 Bidders will be required to confirm that they will employ environmental management measures as follows: Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Question 4C.10: Technical and Professional Ability Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract. This is mandatory, for information only, and will not be scored. Scored Question Question 4C.1.2: Technical and Professional Ability (100% weighting) Weighting Split (Example 1 - 40%, Example 2 - 40%, Example - 20%) Bidders will be required to provide 3 examples carried out in the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided. Please refer to the Instructions to Bidders Document for the specific requirements of this question.",
                    "minimum": "Question 4C.4 of the SPD Pass = Bidder has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If unable to confirm, an improvement plan signed by their director which improves payment performance is provided. Fail = Bidder has been unable to confirm a) above and has not provided b) above, when requested. Q4C.7 of the SPD Pass = The Bidder has provided a completed copy of their Bidder Climate Change Plan (or equivalent), when requested. Fail = The Bidder has not provided a completed copy of their Climate Chain Action Plan (or equivalent), when requested. Scored Question Question 4C.1.2 Bidders shall be scored on the scoring methodology (0-4). Please refer to section II.2.9 of this Contract Notice and the Instructions to Bidders Document for the detailed scoring methodology that will be used."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79993100",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Subject to the College's discretion as to whether or not to exercise one or both extension periods as noted, this contract may be re-procured at the following times: 2029 2031 The latest date for re-procuring this contract will be 2033"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "This contract is for a period of 5 years plus 2 x 24 month optional extension periods. The overall estimated value has accounted for the optional extension periods, an estimated 4% annual increase in CPI, reactive works outwith the limited threshold and potential ad-hoc works projects. These aspects are all unknown at this stage therefore the contract value may vary up or down from the total value stated in this notice. (SC Ref:772480)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000748328"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000748328"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EST-2022-04",
            "suppliers": [
                {
                    "id": "org-316",
                    "name": "FES FM Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true,
            "subcontracting": {
                "description": "LEV, Solar, Auto Doors, Waste, Pat Testing, Water Coolers, Deep Cleaning, Pest Control, Evac Chairs, Window Cleaning, Lifts, Fire Prevention Maintenance, BMS, Rainwater Harvesting, Lifting/Hoist Maintenance, Boilers, Lighting Controls, Air Compressors, Grounds Maintenance, Gas Detection and Monitoring",
                "maximumPercentage": 0.3,
                "minimumPercentage": 0.3,
                "value": {
                    "amount": 4050000,
                    "currency": "GBP"
                }
            }
        }
    ],
    "contracts": [
        {
            "id": "EST-2022-04",
            "awardID": "EST-2022-04",
            "status": "active",
            "value": {
                "amount": 13500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-07-03T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-031886"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "500",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "501",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "502",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "503",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "504",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}