Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
Design Construction and Facilities Management Services (DCFM).
Reference number: C0239
II.1.2)Main CPV code
79993000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Contracting Authority — Birmingham City Council (the Council) wishes to enter into competitive dialogue process (‘CD’) with interested organisations (‘Potential Suppliers’) in order to appoint service provider/s to deliver the Design, Construction and Facilities Management services for its non-housing Council-owned building stock, and the provision of its Birmingham City Laboratories functions (BCL). The services to be procured have been split into two lots; potential suppliers are welcome to bid for either one or both lots in their entirety: ‘Lot 1 — Capital Programmes and Projects Delivery’ and ‘Lot 2 — Facilities Management Services.
II.1.5)Estimated total value
Value excluding VAT: 25 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Capital Programmes and Projects Delivery
Lot No: 1
II.2.2)Additional CPV code(s)
79993100
45259000
45259300
71000000
71220000
71241000
71242000
71250000
71300000
71312000
71315000
71315300
71315400
71317100
71317200
71317210
71356000
71314000
71314100
71314200
71314300
71314310
90700000
71400000
71500000
71510000
71530000
71540000
72224000
79415200
79417000
79421000
II.2.3)Place of performance
NUTS code: UKG31
II.2.4)Description of the procurement:
Delivery of programme / project management, cost / value management (quantity surveying), architecture / design, structural and building services engineering, workplace and interior design, surveying and technical engineering assurance management, clerk of works and construction and design management (CDM) compliance and major construction projects administration. The Council is in the process of planning the replacement of the existing Construction West Midlands (CWM) framework Lot 7 — construction works above 500 000 GBP. The Council will share these plans with Lot 1 potential suppliers and invite proposals on how potential suppliers would work with the new arrangement to deliver projects. Potential suppliers will also be given the opportunity to offer ideas to improve on the Council's plans. The approach to replacing CWM Lot 7 will be finalised prior to the commencement of the ‘Invitation to Submit Detailed Solutions’ (ISDS). The average historic spend over the last three years has been circa 5 000 000 GBP on Acivico professional fees and circa 40 000 000 GBP on construction services through CWM Lot 7.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
With an option to extend for an additional period of up to 4 years, subject to satisfactory performance resulting in a maximum contract duration of 10 years.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Facilities Management Services
Lot No: 2
II.2.2)Additional CPV code(s)
79993100
50000000
50700000
50710000
50750000
71900000
79993000
85111800
90500000
90513000
90650000
90690000
90900000
90910000
90911000
90911100
90911200
90911300
90919000
90919300
90922000
II.2.3)Place of performance
NUTS code: UKG31
II.2.4)Description of the procurement:
Facilities Management Services, including, cleaning and building waste management, material and toxicology testing, (through Birmingham City Laboratories — BCL), asset data and information management services, energy management, repairs and maintenance of lighting, electrical distribution, backup power systems, automated access, electrical equipment, HVAC equipment, plumbing and mechanical services, security systems, fire detection and extinguishing systems, lightning protection; building management system, building fabric and fixtures and fittings. The Council is reviewing its options for the future provision of the Birmingham City Laboratory (BCL) services, and has placed these services within Lot 2 in order to obtain potential suppliers views on how they could best be delivered through this contract. A final decision on whether to include BCL in the Lot 2 services will be made prior to the ‘Invitation to Submit Detailed Solutions’. The average historic spend over the last three years has been circa 3 000 000 GBP cleaning, 13 000 000 GBP repairs and maintenance and 1 500 000 GBP on BCL.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
With an option to extend for an additional period of up to 4 years, subject to satisfactory performance resulting in a maximum contract duration of 10 years.
II.2.12)Information about electronic catalogues
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 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:
Details will be provided in the selection questionnaire.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Details will be provided in the selection questionnaire.
Minimum level(s) of standards possibly required:
Details will be provided in the selection questionnaire.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Details will be provided in the selection questionnaire.
Minimum level(s) of standards possibly required:
Details will be provided in the selection questionnaire.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
Details will be provided in the selection questionnaire.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/10/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Details of how these services are currently delivered are set out in the Descriptive document.
The transfer of staff will take place by operation of law if the conditions in the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) are satisfied. Staff liability will be provided to potential suppliers in the course of the Invitation to Participate in Dialogue (ITPD) and competitive dialogue process. The Council is committed to deliver a quality and cost effective service and will work with applicants in reviewing its current pricing mechanisms. Therefore performance monitoring and contract management will be discussed during the competitive dialogue process. These contracts do not commit or offer any guarantee to the level of expenditure. There will be a requirement for all potential suppliers at the Selection Questionnaire stage of the process to adopt and become signatories to all the principles contained in the Birmingham Business Charter for Social Responsibility (BBC4SR). Click on the following link to find out further information. http://www.finditinbirmingham.com/feature/charter. The Contracting Authority will be using its e-tendering system (in-tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/birminghamcc All correspondence for this procurement process must be via the in-tend correspondence function. If you are unable to register with in-tend please either email us at MTRfbG88XmVuaWVqY2RdaSpja3IqcWc= or call 0121 464 8000.
Requests to participate must be by way of completion and return of the selection questionnaire no later than noon 20.10.2017 using the Supplier Portal.
A launch event for this procurement will take place on 4th October 2017 at Highbury Conference & Banqueting, 4 Yew Tree Road, Moseley, Birmingham. B13 8QG. Registration will commence at 12.30 with the presentation starting at 13:00 until at 15:00. RSVP via https://in-tendhost.co.uk/birminghamcc/ by 25.9.2017 indicating names of delegates. Note that there is a limit of 3 delegates per organisation. The Council will confirm your place at this event.
VI.4)Procedures for review
VI.4.1)Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079477882
Internet address:http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/09/2017