3C Consultancy Services Ltd: Future Academies Hard FM Maintenance Services Tender

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Future Academies Hard FM Maintenance Services Tender
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Future Academies is seeking to procure Hard FM Maintenance Services across the Trust. In the first instance this will include five academies with the probability to extend to other schools as the Trust grows. The services may vary between academies to suit the schools own individual requirements, including demographics, site facilities, student numbers, future plans etc. We would expect bidders to take each school’s needs into consideration accordingly.
Published: 09/04/2018 09:18
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Future Academies
             Lupus Road, Pimlico, London, SW1v 3AT, United Kingdom
             Tel. +44 7747011726, Email: richard.davies@evbex.com
             Contact: Richard Davies
             Main Address: http://www.futureacademies.org/, Address of the buyer profile: http://www.futureacademies.org/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./3G56CP7X7H
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/3G56CP7X7H to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Future Academies Hard FM Maintenance Services Tender       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Future Academies is seeking to procure Hard FM Maintenance Services across the Trust. In the first instance this will include five academies with the probability to extend to other schools as the Trust grows.
The services may vary between academies to suit the schools own individual requirements, including demographics, site facilities, student numbers, future plans etc. We would expect bidders to take each school’s needs into consideration accordingly.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Description of the Procurement:
In general, each Site will require the following services to be maintained and supported. Detailed specifications will be included within the Invitation to Tender (ITT).
Provide a maintenance services to the mechanical, electrical and building fabric installations, and specialist equipment and services installed at each Site. This will include: Statutory Compliance, Planned, and Reactive Maintenance Services, including a 365 days, 7 days a week Response Service against pre-defined SLAs. These services will include, but not be limited to:
•Provision of resources, including suitably qualified in-house maintenance operatives, appropriate supply chain, management, administration and supervisory team;
•Provision of all vehicles, materials, tools, plant and equipment necessary to deliver the services;
•Provision of Technology Tools to deliver the services in an effective and efficient manner e.g. CAFM & Help Desk (SPOC) systems;
•Management & Reporting Services;
•Regular Site/Contract Meetings;
•Preliminary condition survey and asset verification services;
•Heating Ventilation and Air Conditioning (HVAC), including Boilers, AHUs etc;
•Hot Water Systems including Calorifiers and Point of Use Water Heaters;
•Ventilation Systems;
•Gas Installations;
•Hot and Cold Water Services;
•Instantaneous Hot Water Boilers;
•Water Monitoring & Hygiene Services;
•Prevention of Legionnaires Disease Programmes, including dosing and chlorination;
•Building Management Systems;
•Solar PV and Solar Thermal Installations;
•Fire Alarm Systems;
•Fire Protection Systems;
•Smoke Extract/Ventilation Systems;
•Doors, Gates & Roller Shutters;
•Intruder Alarms;
•CCTV & Security Systems;
•Keyholder Response;
•Access Control Systems;
•Lightening Protection Systems;
•Mansafe Systems;
•Fixed Wire Testing;
•Fire Extinguisher Servicing;]
•Portable Appliance Testing;
•Fire Risk Assessments;
•Asbestos Management;
•Water Risk Assessments;
•Lift Services;
•Catering Equipment Maintenance, including Deep Clean;
•Pest Control;
•Drainage;
•Building fabric Maintenance;
•Garden Maintenance;
•Gym Equipment Maintenance;
•Outdoor Sports equipment and installations maintenance;
•Sewing Machines Maintenance;
•Radio Maintenance;
•Pottery Kiln Maintenance;
•Testing and Certification of all necessary assets; and
•Planned maintenance activities to be mainly out of school terms.
      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:
      Value excluding VAT: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2018 / End: 31/08/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in
any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract
period
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: The Selection criteria can be found in the Standard Questionnaire (SQ) documentation
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      In the first instance, candidates should register with http://www.delta-esourcing.com/tenders/UK-title/5857JNPBEE and express an interest in the contract. A Standard Questionnaire will need to be completed and returned www.delta-esourcing.com as part of the request to participate process.
Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, none payment
relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be
declared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      In the 1st instance, candidates should register with http://www.delta-esourcing.com/tenders/UK-title/5857JNPBEE and express an interest in the contract. A Standard Questionnaire will need to be completed and returned to www.delta-esourcing.com as part of the Standard Questionnaire process.
Candidates will need to provide as part of the Standard Questionnaire process details of turnover, profit and capital and reserves for previous 3 years.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be
declared ineligible and not selected to continue with the process    
      Minimum level(s) of standards possibly required (if applicable) :       
      A statement of a minimum turnover level is detailed within the Standard Questionnaire documentation    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A Standard Questionnaire will need to be completed and returned (to www.delta-esourcing.com as part of the Standard Questionnaire process.
Candidates will need to provide as part of the Standard Questionnaire process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Minimum turnover levels are stated within the SQ documentations.
Levels of insurance cover will be evaluated on a Pass / Fail basis. To pass this evaluation the suppliers must hold or be willing to obtain the following levels of insurance cover:
— Public Liability Insurance 5 000 000,00 GBP,
— Employers Liability Insurance 5 000 000,00 GBP.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/05/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/05/2018       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 30 Months from contract start date, depending on whether extension periods are taken up.
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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 more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./3G56CP7X7H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3G56CP7X7H
   VI.4) Procedures for review
   VI.4.1) Review body:
             Future Academies
       Lupus Road, Pimlico, London, SW1v 3AT, United Kingdom
       Tel. +44 07747011726, Email: richard.davies@evbex.com
   VI.4.2) Body responsible for mediation procedures:
             Future Academies
          Lupus Road, London, SW1V 3AT, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic methods
are used) at the point that information on the award of the contract is communicated to tenderers. If an appeal
regarding the award of the contract has not been successfully resolved then the Public Contracts Regulations
provide for aggrieved parties who have been harmed or are at risk of harm by the breach of the rules to take
action in the High Court. Any such action must be brought promptly (generally within 3 months).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/04/2018

Annex A


View any Notice Addenda

View Award Notice

UK-London: Building and facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Future Academies
       Lupus Road, Pimlico, London, SW1v 3AT, United Kingdom
       Tel. +44 7747011726, Email: richard.davies@evbex.com
       Contact: Richard Davies
       Main Address: http://www.futureacademies.org/, Address of the buyer profile: http://www.futureacademies.org/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Future Academies Hard FM Maintenance Services Tender            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79993000 - Building and facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Future Academies is seeking to procure Hard FM Maintenance Services across the Trust. In the first instance this will include five academies with the probability to extend to other schools as the Trust grows.
The services may vary between academies to suit the schools own individual requirements, including demographics, site facilities, student numbers, future plans etc. We would expect bidders to take each school’s needs into consideration accordingly.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 813,495 / Highest offer:978,627         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79993000 - Building and facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: In general, each Site will require the following services to be maintained and supported. Detailed specifications will be included within the Invitation to Tender (ITT).
Provide a maintenance services to the mechanical, electrical and building fabric installations, and specialist equipment and services installed at each Site. This will include: Statutory Compliance, Planned, and Reactive Maintenance Services, including 365 days, 7 days a week Response Service against pre-defined SLAs. These services will include, but not be limited to:
Provision of resources, including suitably qualified in-house maintenance operatives, appropriate supply chain, management, administration and supervisory team;
Provision of all vehicles, materials, tools, plant and equipment necessary to deliver the services;
Provision of Technology Tools to deliver the services in an effective and efficient manner e.g. CAFM & Help Desk (SPOC) systems

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Proposal / Weighting: 40
      Quality criterion - Name: Clarifications/Company Meetings and Assessments / Weighting: 20
                  
      Cost criterion - Name: Financial Proposal / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 70-155160
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/08/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Team Q/Turner Properties Limited
             65 Craigton Road, Glasgow, G51 3EQ, United Kingdom
             Tel. +44 1992507320, Email: info@teamq.co.uk
             Internet address: http://www.teamq.co.uk/
             NUTS Code: UKM82
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 950,000          
         Lowest offer: 813,495 / Highest offer: 978,627
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=340405945

   VI.4) Procedures for review

      VI.4.1) Review body
          Future Academies
          Lupus Road, Pimlico, London, SW1v 3AT, United Kingdom
          Tel. +44 07747011726, Email: richard.davies@evbex.com

      VI.4.2) Body responsible for mediation procedures
          Future Academies
          Lupus Road, London, SW1V 3AT, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic methods
are used) at the point that information on the award of the contract is communicated to tenderers. If an appeal
regarding the award of the contract has not been successfully resolved then the Public Contracts Regulations
provide for aggrieved parties who have been harmed or are at risk of harm by the breach of the rules to take
action in the High Court. Any such action must be brought promptly (generally within 3 months).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 20/08/2018