loading
  • GB-B4 7WB Birmingham
  • 13.10.2017
  • Ausschreibung
  • (ID 2-277923)

Design Construction and Facilities Management Services (DCFM).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.10.2017, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Art der Leistung Bauleistung / Objektplanung Gebäude / Studien, Gutachten / allgemeine Beratungsleistungen / Energieplanung/ -beratung / Technische Ausrüstung / Projektsteuerung / Thermische Bauphysik / Bauleitung, Objektüberwachung / Brandschutz / Sicherheits-/ Gesundheitsschutz / Dokumentation / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-B4 7WB Birmingham
    TED Dokumenten-Nr. 362569-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Birmingham: Building and facilities management services

      2017/S 177-362569

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Birmingham City Council
      PO Box 10680, 10 Woodcock Street
      Birmingham
      B4 7WB
      United Kingdom
      Telephone: +44 1214648000
      E-mail: MjE1VmVWX1VWY1pfWDFTWmNeWl9YWVJeH1hgZx9mXA==
      NUTS code: UKG31

      Internet address(es):

      Main address: www.in-tendhost.co.uk/birminghamcc

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.in-tendhost.co.uk/birminghamcc
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.in-tendhost.co.uk/birminghamcc
      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
      Notice number in the OJ S: 2017/S 036-064562
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 15.09.2017
Zuletzt aktualisiert 15.09.2017
Wettbewerbs-ID 2-277923 Status Kostenpflichtig
Seitenaufrufe 49