Section one: Contracting authority
one.1) Name and addresses
Bacons College
Timber Pond Road,
London
SE16 6AT
Contact
Nigel Armstrong
Telephone
+44 7900784030
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
Internet address(es)
Main address
https://www.baconscollege.co.uk/
Buyer's address
https://www.baconscollege.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Bacons College
Timber Pond Road,
London
SE16 6AT
Contact
Nigel Armstrong
Telephone
+44 7900784030
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
Internet address(es)
Main address
https://www.baconscollege.co.uk/
Buyer's address
https://www.baconscollege.co.uk/
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/3HZ7Q4NB48
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bacons College/The John Roan School Mechanical and Electrical Engineering Tender
two.1.2) Main CPV code
- 71334000 - Mechanical and electrical engineering services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £660,000
two.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.
two.2) Description
two.2.1) Title
The John Roan School
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Inner London – East
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £470,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 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.
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3HZ7Q4NB48
two.2) Description
two.2.1) Title
Bacons College
Lot No
2
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
Main site or place of performance
Inner London – East
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £190,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 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.
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.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
A statement of a minimum turnover level is detailed within the standard questionnaire documentation.
three.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
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.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
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3HZ7Q4NB48
GO Reference: GO-2022113-PRO-19494336
six.4) Procedures for review
six.4.1) Review body
Bacons College
Timber Pond Road,
London
SE16 6AT
Telephone
+44 7900784030
Country
United Kingdom
Internet address
https://www.baconscollege.co.uk/
six.4.2) Body responsible for mediation procedures
Bacons College
Timber Pond Road,
London
SE16 6AT
Telephone
+44 7900784030
Country
United Kingdom