Section one: Contracting authority
one.1) Name and addresses
Stratford School Academy
Suite 3 Corner House Offices, High Street
Cranbrook
TN17 3HE
Contact
Charles Gardiner-Graham
C.Gardiner-Graham@stratfordschoolacademy.org
Telephone
+44 2085868713
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341
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
Stratford School Academy M&E/Hard FM Tender
Reference number
RM&C/2020/SSA/293
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 Academy is made up of two buildings, one comprising three floors (including ground) and one comprising four floors (including ground). Both buildings operate identically with regards to the school make-up. The two buildings are on different sites.
The Academy requires a comprehensive and complete M&E contract to be in place from 1st October 2020, covering a three year term initially and invites suitably experience companies to tender for the provision of M&E services to the organisation.
The Academy recognises the benefits of outsourcing elements of their M&E services enabling them to remain focused on their core business of providing a high-quality education for their students. The Academy is looking to appoint a pro-active company who can work with them to ensure they get best value for money whilst remaining 100% compliant.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
Stratford School Academy
Grosvenor Road
Forest Gate
London
E7 8JA
two.2.4) Description of the procurement
In general, the Academy will require the following services to be maintained and supported. Site Specifics will be specified by site in the Invitation to Tender.
- A single point of contact (Helpdesk).
- Proven PPM / Reactive Callout 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
- Natural Ventilation systems
- 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)
- Solar PV Installations
- Thermal Imaging of Electrical Panels and Distribution Boards
- Fire Alarm systems (this may also include Redcare systems)
- Fire Fighting systems including Mist Systems and Dry Risers
- Smoke Extract / Ventilation systems.
- Roller Shutters / Fire Curtains linked to the Fire System
- Intruder alarms (this may also include Redcare systems)
- Refuge Point and Induction Loop systems
- Access Control systems
- Lightning Protection Systems
- ‘Mansafe’ systems
- Closed Circuit Television (CCTV) 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 Academy.
All Staff must be suitably qualified for the work that they are employed to do. Copies of their qualifications will be requested and held on file.
The successful Contractor will ensure all Staff and Specialist Sub-Contractors hold a current DBS Certificate.
two.2.5) Award criteria
Quality criterion - Name: References / Weighting: 10
Quality criterion - Name: Tender Compliance / Weighting: 10
Quality criterion - Name: Work Record Process / Weighting: 15
Quality criterion - Name: Control of Sub-Contractors / Weighting: 10
Quality criterion - Name: Ability to Add Value / Weighting: 5
Quality criterion - Name: Support Structure / Weighting: 10
Cost criterion - Name: Commercial Pricing / Weighting: 40
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
Accelerated procedure
Justification:
Previous Tender Failed
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 114-277984
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 September 2020
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
M H Sowden Limited T/A Royston Group
The Old Barn, Church Lane
Lyndhurst
SO43 7EW
Telephone
+44 7834407918
Country
United Kingdom
NUTS code
- UKJ3 - Hampshire and Isle of Wight
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £500,000
Section six. Complementary information
six.3) Additional information
(MT Ref:226677)
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