Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  London Fire Commissioner
  N/A
  169 Union Street
  London
  SE1 0LL
  UK
  
            Contact person: John Tunnicliff
  
            E-mail: john.tunnicliff@london-fire.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: http://www.london-fire.gov.uk
  
              Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33133
 
I.4) Type of the contracting authority
            Other: Fire and Rescue Service
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
CAFM, Helpdesk and MI Services
            Reference number: PROC/6659/20
  II.1.2) Main CPV code
  72000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The London Fire Commissioner (the Authority) provides fire fighting, rescue, fire safety and certain emergency planning services for the Greater London area. The LFC Authority is the busiest of all the fire services in the United Kingdom managing 102 fire stations together with the headquarters building, the London Operations Control centre and the brigade distribution centre and store.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				1 985 762.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    48000000
    48612000
    72222200
    72253000
    72253100
    72260000
    72310000
    72313000
    72314000
    72315200
    72321000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    London.
    II.2.4) Description of the procurement
    The London Fire Commissioner (the Authority) is looking to conduct a competitive procurement process with a view to identify a supplier to provide a CAFM/Helpdesk/Management Information System service, for a period of 5 years, with an option to extend up to a further 2 years. Expected Contract Mobilisation start date: Autumn 2020. Expected Service Commencement start date: March 2021.
    The service currently handles 12,000 calls per annum and processes 25 000 planned work orders, 12 000 reactive work orders, managing a total annual spend on quoted works of GBP 4.0 million, all through an existing FM Supply Chain.
    Communication with the Authority during the tender process will only be via Bluelight portal.
    II.2.5) Award criteria
    
                    Quality criterion: Resources
                    / Weighting: 10 %
    
                    Quality criterion: Help desk service
                    / Weighting: 10 %
    
                    Quality criterion: CAFM and system software
                    / Weighting: 10 %
    
                    Quality criterion: Management information and reporting
                    / Weighting: 5 %
    
                    Quality criterion: Financial management
                    / Weighting: 10 %
    
                    Quality criterion: Other services
                    / Weighting: 5 %
    
                    Quality criterion: Mobilisation
                    / Weighting: 5 %
    
                    Quality criterion: Presentation
                    / Weighting: 5 %
    
                    Cost criterion: Services fee
                    / Weighting: 35 %
    
                    Cost criterion: Mobilisation fee
                    / Weighting: 5 %
    II.2.11) Information about options
    
            Options:
            
              No
            
    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
    Bidders are required to register and express their interest only through the Bluelight portal (https://bluelight.eu-supply.com) It is free to register and bidders should receive notification of their registration within 48 hours. Please be aware emails from the portal may be quarantined by email filters. The LFC reserves the right at any time to cease this tendering process.
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  IV.1.8) Information about 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:
  2020/S 107-260675
 
Section V: Award of contract
          Contract No: 1
          Title: CAFM, Helpdesk and MI Services
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/02/2021
V.2.2) Information about tenders
                Number of tenders received: 3
                Number of tenders received by electronic means: 3
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Bellrock Property and Facilities Management Ltd
  GB 991 292 294
  Peat House, 1 Waterloo Way
  Leicester
  LE1 6LP
  UK
  
            Telephone: +44 1162016800
  
            E-mail: bd@bellrockgroup.co.uk
  
            NUTS: UKI
  Internet address(es)
  
              URL: http://www.bellrockgroup.co.uk
  The contractor is an SME:
        No
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 1 985 762.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of England and Wales
    Royal Court of Justice
    Strand
    WC2A 2LL
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Proceedings may not be brought unless the economic operator bringing the proceedings has informed the contracting authority of the breach or anticipated breach of duty owed to it by the contracting authority and of its intention to bring proceedings and unless those proceedings are brought promptly, and in any event within 3 months from the date when the grounds for the bringing of proceedings first arise, unless the court considers that there is good reason for extending the period within which proceedings can be brought.
 
VI.5) Date of dispatch of this notice
07/02/2021