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, Email: fpsprocurment@fca.org.uk
Main Address: www.fca.org.uk, Address of the buyer profile: www.fca.org.uk
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://fca.delta-esourcing.com
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-21-084 Facilities Management
Reference Number: CON-21-084
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 (12 ES), London E20 1JN; and Quayside House (QSH), 127 Fountainbridge, Edinburgh EH3 9QG.

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of three years starting from 1 July 2022, with an option to extend for a further period of twenty-four months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself, the Payment Systems Regulator (PSR) and potentially tenants.

The bundled services delivery model consists of two lots: Lot 1- Facilities Management (FM) and Lot 2 - Catering/Front of House (FOH).
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
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: 1
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.
30192700 - Stationery.
79520000 - Reprographic services.
64100000 - Post and courier services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The FCA is seeking to appoint two bundled service providers to deliver Facilities Services at 12 Endeavour Square (12 ES), London E20 1JN; and Quayside House (QSH), 127 Fountainbridge, Edinburgh EH3 9QG.

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of three years starting from 1 July 2022, with an option to extend for a further period of twenty-four months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself, the Payment Systems Regulator (PSR) and potentially tenants.

Lot 1 - Facilities Management (FM).
Key services:
M&E – Building Maintenance 
-Asset management
- Moves and changes
- Furniture
- Environmental
- Locker and key management

Cleaning
- Internal Cleaning
- General Waste
- Confidential Waste

Planting
- Pest control

Physical Security Guarding
-Physical security guarding
- Security systems & access control
- Security system software
- Access pass management
- First aid

Helpdesk
- Facilities helpdesk solution

Office Services
- Post (including scanning)
- Franking
- Reprographics
- Couriers 
- Stationery, ordering and restocking

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: 35,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The contract is for a period of three years, with an option to extend for a further period of twenty-four months.

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/J47FDJ8GBM
II.2) Description Lot No. 2

II.2.1) Title: Catering/Front of House
Lot No: 2
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: The FCA is seeking to appoint two bundled service providers to deliver Facilities Services at 12 Endeavour Square (12 ES), London E20 1JN; and Quayside House (QSH), 127 Fountainbridge, Edinburgh EH3 9QG.

The FCA is establishing a contractual mechanism to provide Facilities Services to the FCA for a period of three years starting from 1 July 2022, with an option to extend for a further period of twenty-four months. The Contracts will be owned and managed by the FCA, with provision for it to be used by itself, the Payment Systems Regulator (PSR) and potentially tenants.

Lot 2 - Catering/Front of House
Key Services:
Catering
- Restaurant and Coffee bar service
- Hospitality (incl. dining and exec floor)
- Kitchen asset maintenance
- Kitchen area cleaning
- Vending machine service (including maintenance, PAT)
- Britta taps / new solution
- Office floor refreshment areas

FOH Services
- Main Reception desk services
- Visitor Management
- Visitor pass management
- Client floor reception desks services
- Conference suite and Client room management
- Audio Visual set up, repair and maintenance
- Porterage

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: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The contract is for a period of three years, with an option to extend for a further period of twenty-four months.

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/6T7Y7VP95S


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
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/11/2021 Time: 23:00

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: 08/11/2021
Time: 09:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36-60 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: To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=602226056
VI.4) Procedures for review
VI.4.1) Review body:
FCA
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: 22/09/2021

Annex A