UK-Swindon: Facilities management services.

UK-Swindon: Facilities management services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation, Polaris House
North Star Avenue, Swindon, SN12 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@ukri.org
Contact: Kate Richardson
Main Address: www.ukri.org
NUTS Code: UKK14
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-Swindon:-Facilities-management-services./3K3WZ6PP35
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
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1819 Total Facilities Management for The British Geological Survey
Reference Number: UKRI-1819
II.1.2) Main CPV Code:
79993100 - Facilities management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI wishes to establish an integrated Total Facilities Management Framework Agreement for multiple British Geological Survey (BGS) sites.

The main requirement is for the head office, BGS Keyworth, which is located 5 miles from Nottingham city centre in the village of Keyworth. BGS moved to its current site in 1975 and occupies buildings of various ages dating from 1970 and have carried out an extensive refurbishment and new building programme.

The overarching scope of the services required will cover:
i.Hard FM Services
ii.Soft FM Services
iii.Minor Works and Projects
II.1.5) Estimated total value:
Value excluding VAT: 16,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
79993000 - Building and facilities management services.
72514100 - Facilities management services involving computer operation.
90910000 - Cleaning services.
77314000 - Grounds maintenance services.
79710000 - Security services.
45351000 - Mechanical engineering installation works.
50710000 - Repair and maintenance services of electrical and mechanical building installations.
50712000 - Repair and maintenance services of mechanical building installations.
45310000 - Electrical installation work.
45315100 - Electrical engineering installation works.
50531000 - Repair and maintenance services for non-electrical machinery.

II.2.3) Place of performance:
UKF14 Nottingham

II.2.4) Description of procurement: UKRI wishes to appoint a sole supplier to deliver the full scope of requirement.

The framework agreement will not exceed 4 years. The maximum value of the framework agreement is £16,000,000.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Quality Criteria / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 35

II.2.6) Estimated value:
Value excluding VAT: 16,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The framework agreement may be retendered at the end of the term.

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: Not provided


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
As stated in the procurement documents
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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 002201
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/09/2022 Time: 14:00

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): 3

IV.2.7) Conditions for opening of tenders:
Date: 12/09/2022
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Facilities-management-services./3K3WZ6PP35

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/3K3WZ6PP35
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Swindon, SN12 1FL, 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: 05/08/2022

Annex A