Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


Defence Soft FM (Великобритания (Англия, Шотландия, Уэльс) - Тендер #43953085)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс))
Организатор тендера: Unknown
Номер конкурса: 43953085
Дата публикации: 22-07-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Title: Defence Soft FM
OCID: ocds-h6vhtk-02cd48
Published by: Unknown
Authority ID: AA47308
Publication Date: 21/07/2023
Deadline Date:
Deadline Time:
Notice Type: Contract Notice
Has Documents: No
Has SPD: No
Abstract:
Print or Save this Notice Download PDF Download HTML Download XML

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)

Official Name:
Ministry of Defence
Postal Address:
Defence Infrastructure Organisation, Kentigern House, 65 Brown Street
Town:
Glasgow
Postal Code:
G2 8EX
Country:
UK
For the attention of:
Defence Soft FM Commercial Team
Telephone:
E-Mail:
diocomrcl-sfmfp@mod.gov.uk
Fax:
General Address of the contracting authority (URL)
https://www.gov.uk/government/organisations/defence-infrastructure-organisation
Address of the Buyers Profile (URL)

Further information can be obtained at: As in above mentioned contact point(s)
Other: Please complete Annex A.I
Specifications and further documents can be obtained at: As in above mentioned contact point(s)
Other: Please complete Annex A.II
Tenders or requests to participate must be sent to: As in above mentioned contact point(s)
Other: Please complete Annex A.III

I.2)

Type of contracting Authority and Main Activity or Activities

Ministry or any other national or federal authority, including their regional or local sub-divisions
National or federal agency/Office
Regional or local Authority
Regional or local Agency/Office
Body governed by public law
European Institution/Agency or International Organisation
General public services
Defence
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Defence Soft FM

II.1.2)

Type of service contract

Service category 1

Main site or location of works, place of delivery or performance

Six regional contracts as follows; South East, Scotland & Northern Ireland, North, Wales & West Midlands, East, South West.


NUTS Code UK

II.1.3)

Information on framework agreement

The notice involves the establishment of a framework agreement

II.1.4)

Information on framework agreement (if applicable)

Framework agreement with a single operators
Framework agreement with several operators

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services.

II.1.6)

Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)
Main object 79993100
Additional objects
50000000
55110000
55900000
90500000
90911000
98311100
98393000

II.1.7)

Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC.
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified.
The successful tenderer is obliged to subcontract the following share of the contract through the procedure set out in Title III of Directive 2009/81/EC: minimum percentage: (%), maximum percentage: (%) of the value of the contract. (The maximum percentage may not exceed 30% of the value of the contract)

II.1.8)

Division into lots

Yes

Tenders may be submitted for:
one lot only one or more lots all lots

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The provision of quality SFM services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction and motivation of Service personnel.

The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027.

Defence Soft Facilities Management (DEF SFM) will build on the successes of HESTIA to deliver quality and consistent replacement SFM contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the ‘Lived Experience’ for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers.

DEF SFM contributes to Defence Infrastructure Organisation’s (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform.

The Defence Infrastructure Organisation is seeking expressions of interest, via the completion of the Pre Qualification Questionnaire (PQQ), from Potential Providers (PPs) for managing and delivering the DEF SFM services detailed in this advert.

Further information regarding the scope of the contracts can be found at the Regional Information Booklets (RIBs).

To ensure a level of resilience, the Authority intends to impose win restrictions in order to manage market share and support DIO service delivery. This means that a minimum of three Industry Providers will be awarded contracts pursuant to this procurement process. Consequently, the Authority intends to utilise a points-based system to facilitate this objective.

The points allocated to each contract is based upon the estimated value of each Lot and aims to ensure that a single Industry Provider will not be awarded contracts which would constitute more than a 50% share of contracts to be awarded pursuant to the DFM SFM Programme. Further information regarding win restrictions is available via the PQQ and associated documentation.

The DEF SFM contracts are considered transformational and as such the requirements as set out in the SOR may change during the life of the contract. For example, as detailed as part of early market engagement, there are catering trials currently taking place such as Army EATS. These trials may result in a change in the catering provision required during the life of the DEF SFM contracts. In addition to this it is also possible that some service lines are market tested during the life of the contract, as part of an ongoing Category Management strategy. There is also the possibility that the scope of the contract is increased mid-term due to additional sites being added to the contract or the addition of requirements from PFI contracts that are expiring during the term of the DEF SFM contracts.

As part of the PQQ, Potential Providers must confirm acceptance of these points and also their willingness to work in a flexible and collaborative way. Failure to do so will result in the potential providers being excluded from the process.

The estimated values provided below include the option years.

Estimated value range between 3947411324.59 and 4870837760.18
Currency: GBP

II.2.2)

Information about options

The contracts will initially run for 84 months. The extension options will take the form of three one year options (1+1+1)

Provisional timetable for recourse to these options

II.2.3)

Information about renewals

Number of possible renewals:
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts:

II.3)

Duration of the contract or limit for completion

Period in month/s: 84 (from the award of the contract)

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company guarantees will be required if applicable.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Conditions relating to payment will be specified in the contractual documentation.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract. The information sought within the PQQ must be provided for each of the consortium"s constituent members, gathered together in a single response.

Where a group of economic operators intends to bid as a consortium, the members of that group may not bid as part of any other consortium participating in the competition or as a Key Sub-Contractor to a Prime Contractor.

Where a Potential Provider is bidding as a Single Provider Entity the Potential Provider may not also bid as part of a Consortium or act a Key sub-contractor to a Prime Contractor.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Where the services required are currently delivered through existing MOD contracts it is anticipated that Contractor to Contractor TUPE will apply and in some cases this will involve ex MOD employees. Where the services are currently delivered by the Authority in house, Authority TUPE will also apply, full details will be provided within the Tender documentation.

Those PPs who are successful at PQQ will be required to obtain baseline personnel security standard (BPSS) clearance for their ITN bid personnel prior to issue of the ITN. If BPSS is unattainable the PPs staff will not be able to work on this contract. PPs will require at least one member of staff with BPSS clearance to gain access to tender documentation. Further, any PP staff who wish to participate in the site visit programme will require BPSS clearance.

The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding information (e.g. Security Aspect Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

III.1.5)

Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until:

6-10-2023

III.2)

Conditions for Participation

III.2.1)

Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met:

Information and formalities necessary for evaluating if the requirements are met: The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.


Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable)
Information and formalities necessary for evaluating if the requirements are met:

Please see pre-qualification questionnaire and associated documentation.

III.2.2)

Economic and financial standing

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:

Economic and financial standing will be assessed by use of a pre-qualification questionnaire.

Further information can be found in PQQ and associated documentation.


Minimum level(s) of standards possibly required:

Economic and financial standing will be assessed by use of a pre-qualification questionnaire.

Further information can be found in PQQ and associated documentation.


Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection) (if applicable)
Information and formalities necessary for evaluating if the requirements are met:

Economic and financial standing will be assessed by use of a pre-qualification questionnaire.

Further information can be found in PQQ and associated documentation.


Minimum level(s) of standards possibly required:

Economic and financial standing will be assessed by use of a pre-qualification questionnaire.

Further information can be found in PQQ and associated documentation.


III.2.3)

Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
To be provided in pre-qualification questionnaire and ITN as appropriate.
Minimum level(s) of standards possibly required:
To be provided in pre-qualification questionnaire and ITN as appropriate.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection) (if applicable)
Information and formalities necessary for evaluating if the requirements are met:
To be provided in pre-qualification questionnaire and ITN as appropriate.
Minimum level(s) of standards possibly required:
To be provided in pre-qualification questionnaire and ITN as appropriate.

III.2.4)

Reserved contracts

The contract is restricted to sheltered workshops
The execution of the contract is restricted to the framework of sheltered employment programmes

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Restricted
Accelerated restricted
Negotiated
Accelerated negotiated
Competitive dialogue

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators 5

Objective criteria for choosing the limited number of candidates

A pre-qualification questionnaire (PQQ) is provided on the AWARD Portal. Potential providers will need to complete the relevant PQQ questions and submit it electronically as instructed in the PQQ documentation. The authority reserves the right to reject or disqualify a Potential Provider where the PQQ is submitted late. The completed PQQ provides information that allows the MOD to evaluate the potential providers’ capacity and capability against the selection criteria set in the PQQ.

The authority will use the PQQ response to create a list of suppliers who are eligible to participate under section III.2.1) of this contract notice and who fulfil any minimum capacity levels under sections III.2.2) and III.2.3) of this contract notice and who also best meet the selection criteria set out in the PQQ. Full details of the method for choosing those who will be invited to negotiate are set out in the PQQ and associated documentation.

In order to access the PQQ and associated documentation Potential Providers must complete a confidentiality agreement. Potential Providers will be able to access this by following the provided link to the AWARD portal.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.2)

Award Criteria

A) Lowest Price No
B) The most economically advantageous tender in terms of:

B1) Criteria as stated in contract documents: Yes

B2) Criteria as stated below: No
Criteria Weighting

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

702441450 - Defence SFM

IV.3.2)

Previous publication(s) concerning the same contract

Prior Information Notice
Notice on a Buyer Profile
Notice Number in OJ 2022/S 000-030456 of 28-10-2022

Other previous publications

Notice Number in OJ 2021/S 000-017882 of 27-7-2021

IV.3.3)

Conditions for obtaining specifications and additional documents

Obtainable until

Price (where applicable) Currency:

Terms and method of payment:

IV.3.4)

Time-limit for requests to participate

29-8-2023 12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

Estimated date 6-10-2023

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

EN

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No

If yes, indicate the project/programme and any useful reference

VI.3)

Additional Information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit https://award.commercedecisions.com/dsp/web/project/2ed81e49-4f5e-4e8f-8688-be6dbe2f4d01/register for full details and to register your interest in this procurement.

In order to access the PQQ and associated documentation Potential Providers will be required to sign a confidentiality agreement. This will be available by following the above link.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures

Official Name:
Ministry of Defence, Defence Infrastructure Organisation
Postal Address:
Kentigern House, 65 Brown Street
Town:
Glasgow
Postal Code:
G2 8EX
Country:
UK
E-Mail:
Telephone:
Internet address (URL):
Fax:

Body responsible for mediation procedures

Official Name:
Postal Address:
Town:
Postal Code:
Country:
E-Mail:
Telephone:
Internet address (URL):
Fax:

VI.4.2)

Lodging of appeals
Precise information on deadline(s) for lodging appeals:

VI.4.3)

Service from which information about the lodging of appeals may be obtained

Official Name:
Postal Address:
Town:
Postal Code:
Country:
E-Mail:
Telephone:
Internet address (URL):
Fax:

VI.5)

Dispatch date of this Notice

20-7-2023

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained


Official Name:
Defence Infrastructure Organisation
Postal Address:
Town:
Postal Code:
Country:
For the attention of:
Telephone:
E-Mail:
Fax:
Internet Address (URL): https://award.commercedecisions.com/dsp/web/project/2ed81e49-4f5e-4e8f-8688-be6dbe2f4d01/register

ANNEX B

Information About Lots

Lot No: 1 Title: South East

1)

Short Description

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

2)

Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)
Main object 79993100
Additional objects
50000000
55110000
55900000
90500000
90911000
98311100
98393000

3)

Quantity or scope

Please see Regional Information Booklets for Lot specific details


Estimated Cost Excluding VAT:
Range: between 968123775.52 and 1194599056.09 GBP.

4)

Indication about different contract dates

Duration in months: 84 (from the award of the contract).

5)

Additional Information about lots

The above duration is for the core term of 84 months. There will be options years in the form of 1+1+1.

ANNEX B

Information About Lots

Lot No: 2 Title: Scotland and Northern Ireland

1)

Short Description

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

2)

Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)
Main object 79993100
Additional objects
50000000
55110000
55900000
90500000
90911000
98311100
98393000

3)

Quantity or scope

Please see Regional Information Booklets for Lot specific details


Estimated Cost Excluding VAT:
Range: between 324976305.83 and 400998713.19 GBP.

4)

Indication about different contract dates

Duration in months: 84 (from the award of the contract).

5)

Additional Information about lots

The above duration is for the core term of 84 months. There will be options years in the form of 1+1+1.

ANNEX B

Information About Lots

Lot No: 3 Title: North

1)

Short Description

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services.

2)

Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)
Main object 79993100
Additional objects
50000000
55110000
55900000
90500000
90911000
98311100
98393000

3)

Quantity or scope

Please see Regional Information Booklets for Lot specific details


Estimated Cost Excluding VAT:
Range: between 479631821.79 and 591833127.20 GBP.

4)

Indication about different contract dates

Duration in months: 84 (from the award of the contract).

5)

Additional Information about lots

The above duration is for the core term of 84 months. There will be options years in the form of 1+1+1.

ANNEX B

Information About Lots

Lot No: 4 Title: Wales and West Midlands

1)

Short Description

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services.

2)

Common Procurement Vocabulary (CPV)

Main vocabulary Supplementary vocabulary (when applicable)
Main object 79993100

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru