3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Bacons College/The John Roan School Mechanical and Electrical Engineering Tender |
Notice type: | Contract Notice |
Authority: | 3C Consultancy Services Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Bacon’s College and The John Roan School, both part of United Learning, are requesting a tender response from a recognised service provider to manage their Mechanical and Electrical Engineering to the education sites of Bacons College/The John Roan School. Information related to the site’s asset lists are included for review by the contractors. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted and the service requirement will include any daily, weekly, monthly service requirements as well as managing service support, ad hoc support, management visits/contract reporting process for both of the sites. |
Published: | 13/01/2022 13:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bacons College
Timber Pond Road,, London, SE16 6AT, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Contact: Nigel Armstrong
Main Address: https://www.baconscollege.co.uk/, Address of the buyer profile: https://www.baconscollege.co.uk/
NUTS Code: UKI4
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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Mechanical-and-electrical-engineering-services./3HZ7Q4NB48
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/3HZ7Q4NB48 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: Bacons College/The John Roan School Mechanical and Electrical Engineering Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
71334000 - Mechanical and electrical engineering services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bacon’s College and The John Roan School, both part of United Learning, are requesting a tender response from a recognised service provider to manage their Mechanical and Electrical Engineering to the education sites of Bacons College/The John Roan School. Information related to the site’s asset lists are included for review by the contractors.
Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted and the service requirement will include any daily, weekly, monthly service requirements as well as managing service support, ad hoc support, management visits/contract reporting process for both of the sites.
II.1.5) Estimated total value:
Value excluding VAT: 660,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The Contracting Authority is offering the services as Lot 1 The John Roan School and Lot 2 Bacons College, however the preference is to have a single supplier to both sites.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: The John Roan School
Lot No: Lot 1
II.2.2) Additional CPV codes:
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: The John Roan School, part of United Learning, are requesting a tender response from a recognised service provider to manage their Mechanical and Electrical Engineering to the education sites of Bacons College/The John Roan School. Information related to the site’s asset lists are included for review by the contractors.
Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted and the service requirement will include any daily, weekly, monthly service requirements as well as managing service support, ad hoc support, management visits/contract reporting process for both of the sites.
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: 470,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2025
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: This is detailed within the supplied documentation and information.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Contracting Authority is offering two lots for the contract base however the preference would be to have one contract provider for both sites. The contract value indicated at approximately £660,000 total for both sites excludes VAT at the current rate.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3HZ7Q4NB48
II.2) Description Lot No. 2
II.2.1) Title: Bacons College
Lot No: 2
II.2.2) Additional CPV codes:
71334000 - Mechanical and electrical engineering services.
II.2.3) Place of performance:
UKI4 Inner London – East
II.2.4) Description of procurement: Bacons College, part of United Learning, are requesting a tender response from a recognised service provider to manage their Mechanical and Electrical Engineering to the education sites of Bacons College/The John Roan School. Information related to the site’s asset lists are included for review by the contractors.
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: 190,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2025
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: This is detailed within the supplied documentation and information.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The Contracting Authority is offering two lots for the contract base however the preference would be to have one contract provider for both sites. The contract value indicated at approximately £660,000 total for both sites excludes VAT at the current rate.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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 www.delta-esourcing.com and express an interest in the contract. A selection questionnaire will need to be completed and returned www.delta-esourcing.com as part of the request to participate process. Tenderers will be selected as part of this stage to receive the ITT documentation.
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 first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A selection questionnaire will need to be completed and returned to www.delta-esourcing.com as part of the selection process.
Candidates will need to provide as part of the selection 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:
Candidates will need to provide as part of the selection questionnaire process evidence of current business, quality standards, accreditation 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) :
SQ risk grid status will be evaluated on a pass/fail basis. Please see the explanation on page 6-8 of the SQ for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. To pass this evaluation the suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:
— public liability insurance GBP 10 000 000.00,
— employers liability insurance GBP 10 000 000.00.
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: No
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: 18/02/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/03/2022
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: Yes — 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:-Mechanical-and-electrical-engineering-services./3HZ7Q4NB48
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3HZ7Q4NB48
VI.4) Procedures for review
VI.4.1) Review body:
Bacons College
Timber Pond Road,, London, SE16 6AT, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Internet address: https://www.baconscollege.co.uk/
VI.4.2) Body responsible for mediation procedures:
Bacons College
Timber Pond Road,, London, SE16 6AT, United Kingdom
Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
Internet address: https://www.baconscollege.co.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
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: 13/01/2022
Annex A
I) Addresses and contact points from which further information can be obtained:
Bacons College
Timber Pond Road,, London, SE16 6AT, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Contact: Nigel Armstrong
Main Address: https://www.baconscollege.co.uk/, Address of the buyer profile: https://www.baconscollege.co.uk/
NUTS Code: UKI4