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 |
View Full Notice
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
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