Section one: Contracting authority
one.1) Name and addresses
London South East Colleges
Rookery Ln, Bromley
BR28HE
Contact
Temitope Adeitan
Telephone
+44 7311230432
Country
United Kingdom
Region code
UKI61 - Bromley
London South East Colleges
London South East Colleges Rookery Lane, Bromley BR2 8HE
Internet address(es)
Main address
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
one.4) Type of the contracting authority
Other type
Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
FECTF Bromley A Block - 2nd and 3rd Floor Fit-out
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This Invitation to Tender (ITT) is for the provision of the design, construction and refurbishment of the existing 2nd and 3rd floor plate of the East Wing of A Block, including upgrades to the central heating system with the installation of heat pumps onto the roof of A Block East and new UKPN substation for London South East Colleges (LSEC).
LSEC is part of the London and South East Education Group (LASEEG) which was formed in 2018, encompassing the Colleges (with its seven campuses), a Multi Academy Trust (with its eleven school campuses) and two apprenticeship companies.
London and South East Education Group provides a strong and united brand that encapsulates all the work being undertaken in each part of the organisation. It also gives the scope to expand our activities across London and the South East going forward. We are exploring further growth across our Group.
London and South East Education Group is strategically planned to expand over the next 12 to 36 months covering the wider needs of the communities we serve within.
Our group currently supports over 14,000 learners, with 3,500 staff, across the full spectrum of learning and is made up of the following family of companies.
London South East Colleges (LSEC): was created in August 2016 following a three-way merger between Bromley College, Bexley College, and Greenwich Community College.
LSEC have six campuses across the region, offering education and training to around 13,000 people. Since the merger, LSEC have been working hard to strengthen provision and safeguard itself financially for the future.
LSEC offers over 300 courses at a range of levels, to suit people of all ages, abilities and interests. From Adult Community courses and apprenticeships right through to degree-level and professional qualifications. Success rates for 2016-17 put the college in the top 25% of FE Colleges nationally and above the national rate in all areas of its provision. There is a planned growth of adding one or possibly two more colleges in the portfolio over the next 3 years.
As a group, we are a leading educational provider in south east London, supporting alternate, special, further, and higher education.
From the Alternative and Special provision offered by our outstanding schools to vocational courses of all levels - right through to degrees and professional qualifications, we make educational accessible to everyone across the region, whatever their age, ability or interest.
1.2. The Portfolio
The services are required at the following sites:
1.2.1. LSEC Sites: London South East Colleges Rookery Ln, Bromley BR2 8HE
• FECTF Bromley A Block - 2nd and 3rd Floor Fit-out
1.3. LSEC Procurement Department : The procurement Manager is responsible for managing this tender process is: Temitope Adeitan
The ITT process will be managed via the dedicated e-mail. LSECTenders@LSEC.ac.uk
All enquiries relating to the tender process should be made via
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 51000000 - Installation services (except software)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Project Call off Process
The client has selected a single stage call off for this project which will be evaluated against the below criteria.
Quality (30%)
Bidders responses to the quality questions outlined within Appendix S (Quality Evaluation Questions) will
attract 100% of the total quality weighting (i.e. 30 out of 30). Full questions are outlined within Appendix S
including question sub weightings and page restrictions. Bidders can include images, graphics and tables as
part of their submissions providing that they are within the page count for each question. Bidders are restricted
to using a maximum font size of 10pt but can select their own font type. In the event that tenderers are invited
for an interview on the scheme, the quality scores will be re-moderated following the interview. Quality
responses will be evaluated against the below criteria
Price (70%)
Bidders are to complete (Pricing Document) which will be used
as the basis of the pricing evaluation.
Bidders are required to include within their tender costs;
- Bidders are required to submit fees for all design costs
- Bidders are required to complete and sign all the Tender document including Form of Tender
- Bidders are to clearly define any provisional sums incorporated within their tender return.
- Bidders are to clearly define post contract sub-contractor, material and plant mark-ups inclusive of all
on costs.
- To provide a fixed lump sum cost to complete the works.
Bidders commercial total commercial figure will attract 100% of the total commercial weighting (i.e. 70 out of
70). The most competitive bid will be awarded the maximum score for that lot (70%) with each other bid being
scored negatively on a pro-rated basis in relation to the most competitive bid. The tender returns will be levelled by
LSEC and Stace to provide a levelled commercial analysis.
two.3) Estimated date of publication of contract notice
19 July 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Bidders shall provide responses within the defined timeframes and upload to: Our dedicated. LSECTenders@LSEC.ac.uk
Responses must be provided in Microsoft Word format. The exception to this being: 006 LSEC Pricing Schedule, which must be provided in Microsoft Excel format.