Awarded contract

Tufnell Park Primary School - Hard FM Tender

  • Tufnell Park Primary School

F03: Contract award notice

Notice reference: 2022/S 000-017743

Published 29 June 2022, 12:28pm



Section one: Contracting authority

one.1) Name and addresses

Tufnell Park Primary School

31 Carleton Road

London

N7 0HJ

Contact

Martin Scarborough

Email

martin.scarborough@tufnellpark.islington.sch.uk

Telephone

+44 2076074852

Country

United Kingdom

NUTS code

UKI43 - Haringey and Islington

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

Tufnell Park Primary School - Hard FM Tender

Reference number

RM&C/2020/TPPS Hard FM/304

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Tufnell Park Primary School is a cheerful, thriving primary school, very much at the heart of the community they have served for over 70 years. The school has recently expanded from being a one-and-a-half form entry to three form entry. In September 2019 they moved into a brand new, state-of-the-art building to match their high aspirations, with additional dedicated teaching facilities, including a multi-purpose room for teaching cookery, science and art, a music/dance studio and SEN suite with sensory room.

They are in the process of developing their play spaces to maximise use of the natural environment – and include a floodlit astro turf sports pitch. They are very excited about the opportunities this new site presents to them.

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: £120,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Tufnell Park Primary School

31 Carleton Road

London

N7 0HJ

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 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

 Trace Heating and Heat Maintenance Tape

 Building Management Systems (BMS)

 Thermal Imaging of Electrical Panels and Distribution Boards

 Smoke Extract / Ventilation systems.

 Roller Shutters / Fire Curtains linked to the Fire System

 Motorised Gates

 Astro-Playing Surfaces

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 may 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 Struture / 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

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 250-626809


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

31 May 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 6

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

Freidman FM Ltd

Sandhurst House, 297 Yorktown Road

Sandhurst, Hampshire

GU47 0QA

Telephone

+44 8448118745

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £120,000


Section six. Complementary information

six.3) Additional information

(MT Ref:226679)

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

Suthernwood View, Woodcote Road, South Stoke

Reading

RG8 0JJ

Email

john@vjaconsultancyltd.co.uk

Telephone

+44 7779800424

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk