Opportunity

Carmel College ~ Building and Maintenance Services

  • Carmel College

F02: Contract notice

Notice reference: 2024/S 000-013125

Published 23 April 2024, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Carmel College

334 Prescot Road, Saint Helens

Merseyside

WA10 3AG

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

https://www.carmel.ac.uk/

one.3) Communication

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

https://litmustms.co.uk/respond/8BT269894Y

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

Carmel College ~ Building and Maintenance Services

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide Facilities Management services for Carmel College.

two.1.5) Estimated total value

Value excluding VAT: £560,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

Merseyside

two.2.4) Description of the procurement

About Carmel College and its vision

Carmel College is an outstanding college that is a centre of educational excellence, it has a vibrant and caring community. Carmel is a Catholic sixth form college for the whole community and, as such, excellence, support, challenge, care and opportunity are at the heart of everything.

Carmel delivers over 40 courses, Carmel+ including the High Achievers+ and Enrichment Programmes as well as the academic and wider support and facilities.

Carmel’s Vision – A Catholic College for the Community

•is founded on the person, example and teaching of Jesus Christ

•acknowledges the need for God and for the guidance of the Holy Spirit in the creation of a truly Christian community

•believes that every individual is made in the image and likeness of God, to be valued, respected, nurtured and challenged

•promotes self-esteem of the individual and enables students to make a valuable contribution to society

•upholds Gospel values of justice, love, peace, reconciliation and concern for the disadvantaged

•celebrates the richness of creation; respects and explores differences of faith and culture; and fosters ecumenical collaboration.

All members of the College Community are expected to make an active contribution to this Vision.

Carmel is made up of 5 buildings of varying ages. As well as substantial grounds to include pitches and sports fields. It has its own site team which will remain with the College but is limited with technology to support M&E activity.

The M&E services are delivered by a number of contractors, all using their own systems and having various methods of reporting. Whilst documentation is clear and up to date, there is no central system in which to hold it and therefore manual processes are currently adopted.

The College is looking for a trusted partner, who will self-deliver a high proportion of the Hard services, to include Maintenance and PPM planning and reactive works. With the delivery of services should come a comprehensive technology package, giving the client access to all files and statutory documents, as well as a compliance and helpdesk log oversight.

There will also be an opportunity for the preferred supplier to support the College on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract.

The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which remains compliant at all times.

The full services in scope are:

- Mechanical Equipment Includes HVAC,( AHUs, A/C, boilers, gas Installation, air supply and extraction)

- Catering Equipment

- Emergency lighting

- Fixed Wire Testing

- Electrical System maintenance

- Emergency Lighting Testing

- Fire Alarms

- Lightening Protection Testing

- Cold Water Services

- Hot & Cold Temperature Checks

- General above ground plumbing

- Drainage

- Shower heads

- Basin Traps

- Checks and Servicing Burners

- Gas tightness and certification.

- Pumps

- Pressurisation Units

- Refrigerant Systems

- Air Conditioning Systems Filter Clean & Changes

- Supply & Extract Fans

- Fire Fighting Equipment

- Fire Door maintenance

- PAT Testing

- Testing Restraining Wires installed for Access Safety on roofs.

- Cleaning Gutters, valleys and roof areas where leaves and other deleterious matter collects Sedum Roofs, weeding and general maintenance.

- Fabric Maintenance

Suppliers should note that any staff, be they provided by the supplier or a subcontractor, must have DBS checks in place before attending the College. These must be provided ahead of time, in order that the College can complete registration.

The current 3 Year contract value is circa £336k

The contract will commence October 2024 for an initial period of 3 years, with the opportunity to extend for a further period of 1+ 1 years at the discretion of the client.

See SQ Document for more information

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: £560,000

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

Start date

23 October 2024

End date

22 October 2029

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

Accelerated procedure

Justification:

Due to the current contract end dates and requirement for a new contract to be in place by October half term 2024, the is a requirement for an accelerated process. This will enable a reasonable mobilisation period to ensure a stable start to the new contract moving forward.

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

17 May 2024

Local time

12:00pm

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

10 June 2024

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

Tender must be valid until: 22 October 2027


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

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:

https://litmustms.co.uk/tenders/UK-UK-Merseyside:-Facilities-management-services./8BT269894Y

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/8BT269894Y

GO Reference: GO-2024423-PRO-25840218

six.4) Procedures for review

six.4.1) Review body

Carmel College

334 Prescot Road, Saint Helens

Merseyside

WA10 3A

Country

United Kingdom