Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Contract for Managed Service Provision for Harper House (Lot 1) and the White House (Lot 2)
Reference number: SPBC - 030962
II.1.2)Main CPV code71530000 Construction consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
This procurement is for managed service provider(s) for Harper House (Lot 1) and for the White House (Lot 2) which provide temporary and emergency accommodation.
II.1.5)Estimated total valueValue excluding VAT: 2 425 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Managed Service Provision for the White House (Lot 2)
Lot No: 2
II.2.2)Additional CPV code(s)75123000 Administrative housing services
70331000 Residential property services
75110000 General public services
98000000 Other community, social and personal services
79993000 Building and facilities management services
98341100 Accommodation management services
70333000 Housing services
98341110 Housekeeping services
98133100 Civic betterment and community facility support services
75200000 Provision of services to the community
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
II.2.4)Description of the procurement:
This procurement is for a managed service provider for the White House (Lot 2). Full details of the scope of the project can be found in Appendix 2 (Specification) of the invitation to tender.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
The authority reserves the right to extend the contract for a further two 12 month periods in its sole discretion.
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Managed Service Provision for Harper House (Lot 1)
Lot No: 1
II.2.2)Additional CPV code(s)75110000 General public services
98000000 Other community, social and personal services
79993000 Building and facilities management services
70331000 Residential property services
79993100 Facilities management services
98341100 Accommodation management services
70333000 Housing services
98341110 Housekeeping services
98133100 Civic betterment and community facility support services
75200000 Provision of services to the community
75123000 Administrative housing services
II.2.3)Place of performanceNUTS code: UKJ2 Surrey, East and West Sussex
Main site or place of performance:
II.2.4)Description of the procurement:
This procurement is for managed service provider(s) for Harper House (Lot 1). Full details of the scope of the project can be found in Appendix 2 (Specification) of the invitation to tender.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
The authority reserves the right to extend the contract for a further two 12 month periods in its sole discretion.
II.2.10)Information about variantsVariants will be accepted: yes
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information 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 registersList and brief description of conditions:
As fully described in the selection and tender documents.
III.1.2)Economic and financial standingList and brief description of selection criteria:
As fully described in the selection and tender documents.
Minimum level(s) of standards possibly required:
As fully described in the selection and tender documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
As fully described in the selection and tender documents.
Minimum level(s) of standards possibly required:
As fully described in the selection and tender documents.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 19/06/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 26/06/2020
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Courts of Justice
Town: London
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:19/05/2020