Section one: Contracting authority
one.1) Name and addresses
Sarah Bonnell School
Deanery Road
London
E15 4LP
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/U3D22BAY25
Additional information can be obtained from the above-mentioned address
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
Sarah Bonnell School ~ Facilities Management Tender
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Sarah Bonnell School is a secondary academy in the London Borough of Newham, educating girls in Years 7 to 11.
The successful Supplier will be required to provide facilities management services for the School. The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The successful Supplier will be required to provide facilities management services for the School. The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register.
The following services are included, but not limited to:
Internal Lighting
Building Maintenance System (BMS)
External Lighting
High Level Railing Safety & Maintenance
Emergency Lighting
Heating
Fire Safety Risk Assessments (incl extinguishers, fire alarm & bell testing)
Air Handling Units (incl ductwork)
CCTV & Intruder Alarms
(incl. key holding & out of hours monitoring)
Mansafe System
Automatic Doors & Shutters
Distribution Board and Consumer Units
Access Control
Gas Meters, Detection & Safety Systems (incl. solenoid valves)
Kitchen/Catering Equipment(incl ductwork)
Plant Room Maintenance(incl. boilers & flues)
Lightning Protection
Heaters & Exchangers (incl. pressure systems & underfloor heating)
Water Systems Risk Assessments (incl. sampling, legionella, mains and storage)
Lifts
Drainage
Hand Dryers
PAT Testing
Science Room Fume Cupboards
Grounds Maintenance
Fan Systems
The School are seeking a suitably experienced contractor who is able to evidence working within the education sector. The successful contractor will already have a strong operational base within London, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
TUPE is expected to apply to an onsite, dedicated team. It is anticipated that some of the employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme. Suitable cover should be provided through a base of Engineers for absence, expected and unexpected. Outside of this, it is expected that the successful Contractor may need to engage the services of specialist sub-contractors, where necessary.
A suitable Computer Aided Faculties Management (CAFM) system is expected to be required.
The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.
The contract being offered within this tender will be on a guaranteed performance basis.
Further information can be found in the SQ Document.
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: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
31 August 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-London:-Facilities-management-services./U3D22BAY25
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/U3D22BAY25
GO Reference: GO-2021219-PRO-17818096
six.4) Procedures for review
six.4.1) Review body
Sarah Bonnell School
Deanery Road
London
E15 4LP
Country
United Kingdom