By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework Agreement for the supply of Soft Facilities Management (FM) Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police
11th Floor, Empress State Building, Lillie Road
For the attention of: Charlotte Dunn
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372863962
E-mail:

Further information can be obtained from: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

Tenders or requests to participate must be sent to: Bluelight
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for the supply of Soft Facilities Management (FM) Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: UK Mainland, mainly within the Greater London area.

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in months: 36

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

Estimated value excluding VAT:
Range: between 145 000 000 and 485 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Framework for the supply of soft facilities management (FM) services. This framework will consist of 6 lots:
Lot 1 - The provision of a planned and reactive Cleaning Service.
Lot 2 - The provision of a planned and reactive Grounds Maintenance Service.
Lot 3 - The provision of a planned and reactive Laundry and Cell Blanket Service.
Lot 4 - The provision of a planned and reactive Mail, Reprographics, Porterage and Front of House Services.
Lot 5 - The provision of a planned and reactive Pest Control Service.
Lot 6 - The provision of a planned and reactive Security (Security Guarding) Service.
Suppliers may bid for one lot, a selection of lots, or all of the lots, within the Soft FM Package.
This Framework is open for use by the following organisations:
- Mayor's Office for Policing and Crime (MOPAC)
- London Fire and Emergency Planning Authority (LFEPA)(London Fire Brigade)
- Greater London Authority (GLA)
- London Legacy Development Corporation (LLDC)

- Transport for London (TFL) and all its subsidiary companies a list of which can be found at http://www.tfl.gov.uk/.

The value of MOPAC expenditure on this framework agreement is anticipated to be between 36 000 000 GBP and 45 000 000 GBP per annum with the result that the total estimated value of this framework agreement may be in the region of 145 000 000 GBP to 160 000 000 GBP (at September 2013 prices).
It is intended that other organisations (as listed above) will have the right to call-off under the framework agreement. However, as at the date of this notice the MOPAC are unable to give any accurate indication of the likely demand from the organisations listed for these services. If all organisations listed above were to enter into call-off contracts for the services on equivalent terms to the MOPAC anticipated call-off contract, the aggregate estimated value of all call-off contracts entered into under the framework agreement may be in the region of 485 000 000 GBP(at September 2013 prices).
II.1.6)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Mayors Office for Policing and Crime (MOPAC) as the contracting authority is tendering for soft facilities management (FM) services. The framework consists of 6 lots:
Lot 1 - Cleaning Services:
A hygienic and supportive environment for all users through the provision of cleaning services.
The cleaning service shall consist of:
- planned routine cleaning,
- reactive cleaning,
- periodic planned cleaning,
- provision of consumables.
The service requires the above cleaning to be carried out across the estate which may include, but is not limited to, the following functional areas:
- front offices and receptions,
- office accommodation,
- bathrooms, toilets, showers and wash areas,
- operational custody suites,
- non-operational custody suites,
- victim examination suites and child support units,
- 24-hour communication centres,
- catering areas,
- industrial areas (includes garages, boatyards, helicopter pads, etc.),
- safer neighbourhood units,
- residential accommodation,
- firing ranges (not including de-leading),
- custody dog kennels and runs,
- forensic drying rooms and forensic examination rooms,
- gyms and dojo rooms,
- deep archive stores and property stores,
- back yards.
Lot 2 - Grounds Maintenance Services:
A grounds maintenance service which is responsive to seasonal weather and growing conditions. The Service shall apply in various degrees of provision, and to differential Service Levels across the range of properties within the estate.
The grounds maintenance service consists of, but is not limited to, the following services:
- general horticultural service to soft landscaped areas,
- mature tree maintenance,
- sports grounds management and maintenance,
- memorial garden maintenance,
- general external cleanliness to external structures and surfaces,
- winter gritting and snow clearance,
- responsive service to events such as fallen trees and other hazards,
- provision of internal planting and Christmas decorations,
- call-off/reactive grounds maintenance service.
Lot 3 - Laundry and Cell Blankets:
A laundry service to respond to the needs of custody suites, operational policing and its residential accommodation. The laundry service consists of, but is not limited to:
- purchasing and managing the stock of cell blankets and custody towels;
- purchasing and managing the stock of linen (including; bottom sheets, top sheets, pillow cases, blankets, bed spreads, and mattress protectors) for residential properties;
- laundering of the cell blankets, custody towels linen and other sundry items;
- manage the supply and storage of a central contingency stock of clean cell blankets for emergency call off by the Authority, as required.
Lot 4 - Mail, Reprographics, Porterage and Front of House Services:
The provision of mail, reprographics, porterage and front of house services shall consist of, but not be limited to:
- warden services: facilitate the provision of serviced residential accommodation;
- reception services: reception duties acting as the first point of contact between the Authority and the users of the estate;
- mail services: to support the movement of mail within properties;
- porters: to support the movement of supplies, stationary and large mail parcels within properties;
- reprographics: A service that sees the supply of equipment and labour for complex or large production printing needs.
Lot 5 - Pest Control:
A safe and comfortable environment for all users of the Authority's estate through the provision of discrete pest control services. The pest control services must be provided in such a way as to maintain a healthy and safe environment for the users
The Supplier shall provide pest control services across the Authority's estate which shall consist of the following services:
- full reactive business service,
- limited reactive residential service,
- specialist reactive service,
- planned service.
Lot 6 - Security Services (Security Guarding)
A comprehensive, staffed security guarding service to assist in the provision of a secure environment for users of the Authority's estate and to protect the confidentiality, availability and integrity of the physical and information assets of the Authority.
The Supplier will be required to carry out security service duties which include, but are not limited to:
- providing a professional integrated security guarding service including identifying and reporting attempted and actual acts of theft, unauthorised access and security patrols;
- carry out the management of systems such as CCTV, access control and search facilities;
- general security service duties such as key-holding and assistance with fire/bomb threat evacuations;
- vacant site security;
- call-off/reactive security guarding service.

Further information is providing in the PQQ documentation on www.bluelight.gov.uk

Estimated value excluding VAT:
Range: between 145 000 000 and 485 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: To extend the 36 month term of the framework agreement by up to 12 months at the sole discretion of the MOPAC / MPS.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 12
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Cleaning Services
1)Short description
A hygienic and supportive environment for all users through the provision of cleaning services.
The cleaning service shall consist of:
- planned routine cleaning,
- reactive cleaning,
- periodic planned cleaning,
- provision of consumables.
The service requires the above cleaning to be carried out across the Authority's estate which may include, but is not limited to, the following functional areas:
- front offices and receptions,
- office accommodation,
- bathrooms, toilets, showers and wash areas,
- operational custody suites,
- non-operational custody suites,
- victim examination suites and child support units,
- 24-hour communication centres,
- catering areas,
- industrial areas (includes garages, boatyards, helicopter pads, etc.),
- safer neighbourhood units,
- residential accommodation,
- firing ranges (not including de-leading),
- custody dog kennels and runs,
- forensic drying rooms and forensic examination rooms,
- gyms and dojo rooms,
- deep archive stores and property stores,
- back yards.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 72 000 000 and 88 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Grounds Maintenance Services
1)Short description
A grounds maintenance service which is responsive to seasonal weather and growing conditions. The Service shall apply in various degrees of provision, and to differential Service Levels across the range of properties.
The grounds maintenance service consists of, but is not limited to, the following services:
- general horticultural service to soft landscaped areas,
- mature tree maintenance,
- sports grounds management and maintenance,
- memorial garden maintenance,
- general external cleanliness to external structures and surfaces,
- winter gritting and snow clearance,
- responsive service to events such as fallen trees and other hazards,
- provision of internal planting and Christmas decorations,
- call-off/reactive grounds maintenance service.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 3 200 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Laundry and Cell Blankets
1)Short description
A laundry service to respond to the needs of custody suites, operational policing and its residential accommodation. The laundry service consists of, but is not limited to:
- purchasing and managing the stock of cell blankets and custody towels;
- purchasing and managing the stock of linen (including; bottom sheets, top sheets, pillow cases, blankets, bed spreads, and mattress protectors) for residential properties;
- laundering of the cell blankets, custody towels linen and other sundry items;
- manage the supply and storage of a central contingency stock of clean cell blankets for emergency call off by the Authority, as required.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 800 000 and 3 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Mail, Reprographics, Porterage and Front of House Services
1)Short description
The provision of mail, reprographics, porterage and front of house services shall consist of, but not be limited to:
- warden services: facilitate the provision of serviced residential accommodation;
- reception services: reception duties acting as the first point of contact between the Authority and the users of the estate;
- mail services: to support the movement of mail within properties;
- porters: to support the movement of supplies, stationary and large mail parcels within properties;
- reprographics: a service that sees the supply of equipment and labour for complex or large production printing needs.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 12 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Pest Control Services
1)Short description
A safe and comfortable environment for all users of the Authority's Estate through the provision of discrete pest control services. The pest control services must be provided in such a way as to maintain a healthy and safe environment for the users
The Supplier shall provide pest control services across the Authority's estate which shall consist of the following services:
- full reactive business service,
- limited reactive residential service,
- specialist reactive service,
- planned service.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 200 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Security Services (Security Guarding)
1)Short description
A comprehensive, staffed security guarding service to assist in the provision of a secure environment for users of the Authority's estate and to protect the confidentiality, availability and integrity of the physical and information assets of the Authority.
The Supplier will be required to carry out security service duties which include, but are not limited to:
- providing a professional integrated security guarding service including identifying and reporting attempted and actual acts of theft, unauthorised access and security patrols;
- carry out the management of systems such as CCTV, access control and search facilities;
- general security service duties such as key-holding and assistance with fire/bomb threat evacuations;
- vacant site security;
- call-off/reactive security guarding service.
2)Common procurement vocabulary (CPV)

79993000, 79993100, 90920000, 39830000, 42716000, 45452000, 90520000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90914000, 90918000, 90919000, 90919100, 90919200, 98310000, 98312000, 77000000, 77310000, 77314000, 98311000, 98311100, 98311200, 39511100, 60160000, 64000000, 64121100, 64122000, 79000000, 79571000, 30192400, 79520000, 98340000, 98341100, 98341120, 79990000, 79992000, 90000000, 90922000, 75000000, 75240000, 75241000, 79700000, 79710000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 36 000 000 and 48 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

Description of particular conditions: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, 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 requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the

Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the

Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

Minimum level(s) of standards possibly required: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the

Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

Minimum level(s) of standards possibly required:

Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 6

Objective criteria for choosing the limited number of candidates: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ), Memorandum of Information (MOI) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk.

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
QTLE-9BGB3T
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.10.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All communication must be via the Bluelight portal.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sandip Shergill
8th Floor, West Empress State Building, Empress Approach, Lillie Road, Earls Court
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611540

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.9.2013