Tender

St Anne's Catholic High School for Girls Hard FM Tender

  • St Anne's Catholic High School for Girls

F02: Contract notice

Notice identifier: 2024/S 000-005325

Procurement identifier (OCID): ocds-h6vhtk-043b02

Published 19 February 2024, 9:55am



Section one: Contracting authority

one.1) Name and addresses

St Anne's Catholic High School for Girls

6 Oakthorpe Road, Palmers Green

London

N13 5TY

Contact

Paul Quinn

Email

quinnp@st-annes.enfield.sch.uk

Telephone

+44 2088862165

Country

United Kingdom

NUTS code

UKI54 - Enfield

Internet address(es)

Main address

www.rmandcconsultants.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

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

St Anne's Catholic High School for Girls Hard FM Tender

Reference number

RM&C/2024/SACHS/431

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The school is putting its Hard FM Services and Site Operatives services out for tender with a contract start date of 1st September 2024.

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

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

6 Oakthorpe Road, Palmers Green, London, N13 5TY (Upper Site) / 50 London Road, Enfield, London, EN2 6EL (Lower Site)

two.2.4) Description of the procurement

In general, the School will require the following services to be maintained and supported. Site Specifics will be outlined in the Invitation to Tender.

- A single point of contact (Helpdesk).

- Proven PPM / Reactive Callout electronic documentation system.

- Management and Reporting of all the services being provided by the Contractor.

- Regular Site / Contract Meetings (a minimum number will be defined within the ITT).

- Provide a Planned Preventative Maintenance (PPM) and a Reactive Callout Service across

all the services contained within the Contract. These services may include (but are not limited to):

Heating Ventilation and Air Conditioning (HVAC), etc.

Hot Water systems including Calorifiers and Point of Use Water Heaters

MVHR units

Closed Loop Water Treatment and monitoring

Water Hygiene monitoring including Annual

Chlorination (if required) of tanks and

‘down’ services

Trace Heating and Heat Maintenance Tape

Building Management Systems (BMS)

Thermal Imaging of Electrical Panels and Distribution Boards

Fire Alarm systems (this may also include Remote Monitoring systems)

Other Fire Fighting systems such as Dry Risers

Smoke Extract / Ventilation systems.

Roller Shutters / Fire Curtains linked to the Fire System

Intruder alarms (this may also include Remote Monitoring Systems)

Refuge Point and Induction Loop systems

Prepared by: John Ashton RM&C Consultants Ltd

Access Control systems

Lightning Protection Systems ü ‘Mansafe’ systems

The contractor will be responsible for ensuring Compliance of the equipment / systems for which they are responsible and issuing the associated documentation to the School.

Please Note

1. There is a requirement to provide Site Operative support (for example Caretaking, Porterage, overseeing the Cleaning Contract and Event Management) as part of this Contract during the weekdays and evenings, plus at weekends to cover lettings on an Ad-hoc basis which could develop into a regular position.

2. TUPE will be applicable for some of the positions.

All Staff must be suitably qualified for the work that they are employed to do. Copies of their qualifications may be requested and held on file.

The successful Contractor will ensure all Staff and Specialist Sub-Contractors hold a current Enhanced DBS Certificate which is no more than 3 years old.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Renewal possible after three years for a further year and then another year, subject to satisfactory performance: 3+1+1 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

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 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

22 March 2024

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 April 2024

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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231347.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231347)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

RM&C Consultants Ltd

Sutherwood View, Woodcote Road

South Stoke, Reading

RG8 0JJ

Email

John.ashton@rmandcconsultants.co.uk

Telephone

+44 7779800424

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk