Contract

Stratford School Academy M&E/Hard FM Tender

  • Stratford School Academy

F03: Contract award notice

Notice identifier: 2022/S 000-017727

Procurement identifier (OCID): ocds-h6vhtk-034be5

Published 29 June 2022, 11:45am



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

Email

C.Gardiner-Graham@stratfordschoolacademy.org

Telephone

+44 2085868713

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

www.rmandcconsultants.co.uk

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

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