Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Servicios - 598975-2021

23/11/2021    S227

United Kingdom-Edinburgh: Building and facilities management services

2021/S 227-598975

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The City of Edinburgh Council
Postal address: Waverley Court, 4 East Market Street
Town: Edinburgh
NUTS code: UKM75 Edinburgh, City of
Postal code: EH8 8BG
Country: United Kingdom
Contact person: Kelly Faulds
E-mail: kelly.faulds@edinburgh.gov.uk
Telephone: +44 1315293415
Internet address(es):
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Hard Facilities Management Services Delivery Partners

Reference number: CT2247
II.1.2)Main CPV code
79993000 Building and facilities management services
II.1.3)Type of contract
Services
II.1.4)Short description:

The City of Edinburgh Council is seeking to appoint up to two Hard FM Services Delivery Partners for the delivery of Hard FM Services. The contract period will be for 7 years with the option to extend mutually for a further period of 3 years. The contract value is estimated at 100m GBP - 180m GBP over the 10-year duration. Each partner will be responsible for performing Hard FM Services for planned, reactive and small project works in the Council’s non-domestic operational estate in an allocated geographical area of the City.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 180 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
79993000 Building and facilities management services
79993100 Facilities management services
45210000 Building construction work
45262700 Building alteration work
50700000 Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations
71315000 Building services
II.2.3)Place of performance
NUTS code: UKM75 Edinburgh, City of
II.2.4)Description of the procurement:

The City of Edinburgh Council is seeking to appoint up to two Hard Facilities Management (FM) Services Delivery Partners for the delivery of Hard FM Services. The contract period will be for 7 years with the option to extend mutually for a further period of 3 years. The contract value is estimated at GBP100m - GBP180m over the 10-year duration. Each partner will be responsible for performing Hard FM Services for planned, reactive and small project works in the Council’s non-domestic operational estate in an allocated geographical area of the City.

The Hard FM Services will cover planned and reactive maintenance, statutory compliance, minor works and area wide specific programmes. The scope includes, but is not limited to:

Fabric elements, including: roofs and roof drainage, floors and floor finishes, stairs, ceilings, external and internal doors, external walls and finishes, windows, internal walls/ partitions and finishes, external pipework, sanitary services, fixtures and fittings, plumbing, signage, fixed furniture and fittings, external circulation routes including playgrounds and hardstandings, external furniture, external drainage, external signage, and boundary walls, fences and gates;

Mechanical & Electrical elements: heating and domestic hot water boilers, oil fired boilers, gas fired boilers, chimney sweeping, feed/ expansion tanks, induced draught fans, combustion air paths, oil storage tanks, boiler efficiency testing, gas fires, heating systems, ventilation inspections, battery operated smoke detectors, AC equipment, smoke vent systems, extraction units, air handling units, air conditioning units, catering equipment, deep cleaning of kitchen canopies and extract ductwork, refrigeration, pressurised hot water plant, distribution boards, electrical fixed wire testing, portable appliance testing, general lighting, lighting rigs, emergency lighting, standby generators, battery equipment, alternators, fire fighting equipment, fire blankets, carbon monoxide sensors, defibrillators, lightning protection, automated doors, mansafe systems, access control systems; and lifts and escalators

Further information on the scope of services can be found in the ESPD Instruction Document attached to this Contract Notice.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 194-471655
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: CT2247
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/10/2021
V.2.2)Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Skanska Facilities Manager
Postal address: excel House 1 renshaw place, Motherwell
Town: GLASGOW
NUTS code: UKM75 Edinburgh, City of
Postal code: ML1 4UF
Country: United Kingdom
Telephone: +44 1698735876
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Mitie Technical Facilities Management
Postal address: 35 Duchess Road, Rutherglen
Town: Glasgow
NUTS code: UKM Scotland
Postal code: G73 1AU
Country: United Kingdom
Telephone: +44 7385403248
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 180 000 000.00 GBP
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section VI: Complementary information

VI.3)Additional information:

(SC Ref:674260)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Sheriff Court
Postal address: Sheriff Court House, 27 Chambers Street
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Court of Session
Postal address: Parliament House, Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5)Date of dispatch of this notice:
18/11/2021