Skip to main content.

Financial Conduct Authority: CON-21-084 Facilities Management

  Financial Conduct Authority has published this notice through Delta eSourcing

Notice Summary
Title: CON-21-084 Facilities Management
Notice type: Contract Notice
Authority: Financial Conduct Authority
Nature of contract: Services
Procedure: Open
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).
Published: 22/09/2021 16:35

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-London: Facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Economic and financial affairs

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 60,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Facilities Management (FM)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            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
      Nuts code:
      UKI - LONDON
      UKM75 - Edinburgh, City of
   
      Main site or place of performance:
      LONDON
      Edinburgh, City of
             

      II.2.4) Description of the 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

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 / Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

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

      II.2.2) Additional CPV code(s):
            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
      Nuts code:
      UKI - LONDON
      UKM75 - Edinburgh, City of
   
      Main site or place of performance:
      LONDON
      Edinburgh, City of
             

      II.2.4) Description of the 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

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 / Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-023614
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: CON-21-084    
   Lot Number: 1    
   Title: FM

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CBRE Managed Services Ltd, 01799580
             61 Southwark Street, London, SE10HL, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 35,000,000          
         Total value of the contract/lot: 35,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Security Services
Cleaning Services
Postroom and Reprographics services          

Award Of Contract (No.2)

   Contract No: CON 21-084    
   Lot Number: 2    
   Title: Catering/Front of House

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bartlett Mitchell Limited, 03828478
             300 Thames Valley Park Drive, Reading, RG6 1PT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Front of House services          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://fca.delta-esourcing.com/delta/viewNotice.html?noticeId=671577793

   VI.4) Procedures for review

      VI.4.1) Review body
          FCA
          12 Endeavour Square, London, E20 1JN, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/07/2022