UK-London: Facilities management services.

UK-London: Facilities management services.
Section I: Contracting Authority
I.1) Name and addresses
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2070661000, Fax. +44 2070661000, Email: fpsprocurement@fca.org.uk
Contact: Annika Karabanova
Main Address: https://www.fca.org.uk, Address of the buyer profile: https://fca.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./8T37473Y32
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CON-18-187 Faciltites Management
Reference Number: CON-18-187
II.1.2) Main CPV Code:
79993100 - Facilities management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The FCA is seeking to appoint two bundled service providers to deliver Facilities Services at 12 Endeavour Square, London E20 1JN.

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of five years starting from 1 July 2020, with an option to extend for two further periods of twelve months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself.

The bundled services delivery model consists of two lots: Lot 1- Facilities Management and Lot 2 - Catering/Front of House (FOH).

Tenders can be submitted for one Lot only, i.e. either for Lot 1 or Lot 2, but not both Lots.
II.1.5) Estimated total value:
Value excluding VAT: 70,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Facilities Management (FM)
Lot No: As above
II.2.2) Additional CPV codes:
79993100 - Facilities management services.
50000000 - Repair and maintenance services.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
90910000 - Cleaning services.
90919200 - Office cleaning services.
79710000 - Security services.
79500000 - Office-support services.
77310000 - Planting and maintenance services of green areas.
90500000 - Refuse and waste related services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The FCA is seeking to appoint a bundled service providers to deliver Facilities Management Services at 12 Endeavour Square, London E20

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of five years starting from 1 July 2020, with an option to extend for two further periods of twelve months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself.
Lot 1 of the of the bundled services delivery model is for Facilities Management.
Summary of the key services:
•Helpdesk
o24/7 Helpdesk solution
•M&E – Building Maintenance
oAsset management
oMoves and changes
oFurniture
oEnvironmental management
•Cleaning
oInternal Cleaning including glazing, communication rooms and periodic deep cleans
oSite Based Dry Cleaning Service
oGeneral Waste
oConfidential Waste
oPlanting
oPest control
•Security - Physical Security & Reception Services
oGuarding
oSecurity systems & access control
oFirst Aid
•Office Services
oBusiness Post (including scanning)
oPersonal post and Personal post solution, e.g. Amazon style lockers
oFranking
oReprographics
oCouriers
oPrinting - Full asset service, including water/feed, 1st fix only. Network issues will be reported to BTS.
oLocker & key management
oFCA Owned contracts operationally delivered by the Supplier management of:
- Archiving Management
- Stationery
Tenders can be submitted for one Lot only, i.e. either for Lot 1 or Lot 2, but not both Lots.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 42,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to Lot 1 of this opportunity please click here: https://fca.delta-esourcing.com/respond/8T37473Y32
II.2) Description Lot No. 2

II.2.1) Title: Catering/Front of House
Lot No: As above
II.2.2) Additional CPV codes:
55500000 - Canteen and catering services.
55520000 - Catering services.
79992000 - Reception services.
50340000 - Repair and maintenance services of audio-visual and optical equipment.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The FCA is seeking to appoint a bundled service providers to deliver Facilities Management Services at 12 Endeavour Square, London E20

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of five years starting from 1 July 2020, with an option to extend for two further periods of twelve months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself.
Lot 2 of the of the bundled services delivery model is for Catering/Front of House.
Summary of the key services:
•Catering
oRestaurant service
oKitchen asset maintenance
oKitchen cleaning and deep cleaning
oVending machine service (including maintenance, PAT)
oHospitality (incl. dining)
oBritta taps / new solution
•FOH Services
oMain Reception desks
oClient floor reception desks
oConference suite / Client room management
oAV
oPorterage

Tenders can be submitted for one Lot only, i.e. either for Lot 1 or Lot 2, but not both Lots
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 28,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to Lot 2 of this opportunity please click here: https://fca.delta-esourcing.com/respond/K245667QV3


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 122 - 298433
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/01/2020 Time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 06/01/2020
Time: 13:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: In 60-84 months.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The other contracting authorities on behalf of who the FCA is purchasing:
1. Payment Services Regulator
12 Endeavour Square, London, E20 1JN, United Kingdom
Main Address: www.psr.org.uk
2. Bank of England
Threadneedle Street, London, EC2R 8AH, United Kingdom
www.bankofengland.co.uk
To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=428843676
VI.4) Procedures for review
VI.4.1) Review body:
Financial Conduct Authority
12 Endeavour Square, London, E20 1JN, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 08/11/2019

Annex A