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
quinnp@st-annes.enfield.sch.uk
Telephone
+44 2088862165
Country
United Kingdom
NUTS code
UKI54 - Enfield
Internet address(es)
Main address
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
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
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
John.ashton@rmandcconsultants.co.uk
Telephone
+44 7779800424
Country
United Kingdom