Tender

Sarah Bonnell School ~ Facilities Management Tender

  • Sarah Bonnell School

F02: Contract notice

Notice identifier: 2021/S 000-003382

Procurement identifier (OCID): ocds-h6vhtk-02949e

Published 19 February 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

Sarah Bonnell School

Deanery Road

London

E15 4LP

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://www.sarahbonnell.com/

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