loading
  • GB-LN6 7TS Lincoln
  • 23.08.2018
  • Ausschreibung
  • (ID 2-303208)

Facilities Management Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.08.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Bauleistung / Technische Ausrüstung / Facility Management
    Sprache Englisch
    Aufgabe
    The university is procuring facilities management services for both hard services (Lot 1) and soft services (Lot 2).
    The contract is primarily for use by the University of Lincoln but the Lincoln Science and Innovation Park (LSIP), a joint venture between the Lincolnshire Co-op and University of Lincoln, may also use it to appoint a contractor to fulfill their requirements. Please note this is discretionary element and there is no guarantee of award of the LSIP requirements.
    Leistungsumfang
    The university is seeking to award a contract for soft facilities management services which encompasses a number of services including cleaning services, security services, porterage services, post room services and chauffeur services.
    The contract will run for a period of 5 years commencing 1.8.2019. There will be an option for the university to extend the contract by 2 extension periods of 2 years each (taking the maximum contract period to a total of 9 years).
    Adresse des Bauherren UK-LN6 7TS Lincoln
    TED Dokumenten-Nr. 226218-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Lincoln: Facilities management services

      2018/S 099-226218

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University of Lincoln
      Brayford Pool
      Lincoln
      LN6 7TS
      United Kingdom
      E-mail: MjE2YGJfU2ViVV1VXmQwXFleU19cXh5RUx5lWw==
      NUTS code: UKF3

      Internet address(es):

      Main address: https://www.lincoln.ac.uk

      I.1)Name and addresses
      Lincoln Science and Innovation Park Limited
      Boole Technology Centre
      Lincoln
      LN6 7DJ
      United Kingdom
      E-mail: MTVgaWxwZG10O2dkaV5qZ2luXmRgaV5ga1xtZileailwZg==
      NUTS code: UKF3

      Internet address(es):

      Main address: https://www.lincolnsciencepark.co.uk/

      I.2)Information about joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      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
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

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

      Facilities Management Services

      Reference number: 211 / 212
      II.1.2)Main CPV code
      79993100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The university is procuring facilities management services for both hard services (Lot 1) and soft services (Lot 2).

      The contract is primarily for use by the University of Lincoln but the Lincoln Science and Innovation Park (LSIP), a joint venture between the Lincolnshire Co-op and University of Lincoln, may also use it to appoint a contractor to fulfill their requirements. Please note this is discretionary element and there is no guarantee of award of the LSIP requirements.

      II.1.5)Estimated total value
      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:

      Facilities Management Hard Services

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71334000
      50710000
      71321000
      45420000
      45310000
      45259300
      45331000
      45331100
      45261920
      79993000
      45261320
      79993100
      42160000
      45261900
      50700000
      50711000
      50712000
      50720000
      II.2.3)Place of performance
      NUTS code: UKF3
      Main site or place of performance:

      Lincolnshire

      II.2.4)Description of the procurement:

      The University is seeking to award a contract for hard facilities management services which encompasses a number of services including planned and reactive mechanical and electrical maintenance and building fabric maintenance.

      The contract will run for a period of 5 years commencing 1.8.2019. There will be an option for the university to extend the contract by two extension periods of 2 years each (taking the maximum contract period to a total of 9 years).

      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: 60
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      There will be an option for the university to extend the contract by two extension periods of 2 years each.

      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 Soft Services

      Lot No: 2
      II.2.2)Additional CPV code(s)
      79993100
      90910000
      79710000
      98341120
      64110000
      II.2.3)Place of performance
      NUTS code: UKF3
      Main site or place of performance:

      Lincolnshire

      II.2.4)Description of the procurement:

      The university is seeking to award a contract for soft facilities management services which encompasses a number of services including cleaning services, security services, porterage services, post room services and chauffeur services.

      The contract will run for a period of 5 years commencing 1.8.2019. There will be an option for the university to extend the contract by 2 extension periods of 2 years each (taking the maximum contract period to a total of 9 years).

      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: 60
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      There will be an option for the university to extend the contract by 2 extension periods of 2 years each.

      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      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:

      In support of the university's strategic objectives to have employable and successful graduates, the successful tenderer(s) on both lots will be required to deliver the careers and employability schedule included within the contract terms and conditions.

      For the soft services Lot 2, the successful contractor will be required to pay staff allocated to the contract the real living wage pay rate as published by the Living Wage Foundation.

      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
      Open procedure
      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
      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: 23/08/2018
      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
      Date: 23/08/2018
      Local time: 12:00
      Information about authorised persons and opening procedure:

      The university's delta e-tendering system will be used to open the tenders. This system does not allow tenders to be opened /viewed before the closing date and time.

      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:

      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 Lot 1 - https://www.delta-esourcing.com/respond/76YPQM456E

      For Lot 2 - https://www.delta-esourcing.com/respond/H6B343765H

      If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email MjEzW1hfY1dYZl4zV1hfZ1QgWGZiaGVWXGFaIVZiYA==

      To view this notice, please click here:

      https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=321129757

      GO Reference: GO-2018524-PRO-12486851

      VI.4)Procedures for review
      VI.4.1)Review body
      University of Lincoln
      Brayford Pool
      Lincoln
      LN6 7TS
      United Kingdom
      Telephone: +44 1522886703
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      The contracting authority will incorporate a minimum 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to applicants of the award decisions.

      This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides times for unsuccessful tenderers to challenge the award decision before the contract is entered into. The public contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/05/2018
    © 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 28.05.2018
Zuletzt aktualisiert 28.05.2018
Wettbewerbs-ID 2-303208 Status Kostenpflichtig
Seitenaufrufe 35