Section one: Contracting authority
one.1) Name and addresses
KNIGHT FRANK PROMISE
St Ann's Quay 124 Quayside
Newcastle upon Tyne
NE1 3BD
Contact
Procurement Team
Telephone
+44 448000488664
Country
United Kingdom
Region code
UKC2 - Northumberland and Tyne and Wear
Companies House
OC305934
Internet address(es)
Main address
https://www.knightfrank.co.uk/knight-frank-promise
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://portal.maistro.com/projects/f6037a5f-c17a-49bc-977d-89596676f958
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://portal.maistro.com/projects/f6037a5f-c17a-49bc-977d-89596676f958
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
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Sunderland City Council - Full Property Management for Mechanical and Electrical ITT Stage
Reference number
PBBKP
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Knight Frank Promise delivers innovative facilities management services across the UK, Knight Frank Promise provides onsite management for a range of commercial, residential, and mixed-use properties and for both landlords and occupiers. Knight Frank Promise select, provide and manage on-site staff, ensuring highly effective front of house, maintenance, cleaning, security and health & safety, fire, and environmental compliance.
For further information, please visit our website: https://www.knightfrank.co.uk/knight-frank-promise
Maistro UK Limited (Maistro) is inviting suppliers to complete a
Full Property Management of Mechanical and Electrical assets at City Hall, Sunderland
Specification
1. Knight Frank Promise has prepared several workflow schedules as listed below. Within these documents it is expected the selected supplier(s) carry out preventative maintenance services as per these schedules. (available at maistro platform)
a. APPENDIX 10 - OEM Assets,
b. APPENDIX 9 - Water hygiene task and frequency, and
c. APPENDIX 5 - Maintenance programme schedule,
2. Please note: Knight Frank Promise has = nominated three (3) suppliers below, against assets listed within APPENDIX 4 - pricing worksheet. The selected supplier(s) will engage and work with the nominated suppliers to manage their account activities in relation to this ITT on behalf of Knight Frank Promise.
a. IDS Fire & Security - https://idsfireandsecurity.com/
b. Richmond Fire Engineering - https://www.richmondfire.co.uk/
c. Astral Control Services - https://astral.uk.com/
d. For all other assets selected supplier(s) can choose to self-deliver and/or appoint a specialist preference of their choice.
3. Any contractor must have the ability to use the electronic permit systems E TAP. RAMs must be entered into this system before any works can be completed on-site.
4. Assets are to be maintained as per the SFG20 industry standard for Mechanical and Electrical maintenance.
5. SFG20 certification is to be maintained at the suppliers cost and should be to the current version. To find out more please visit the website: https://www.sfg20.co.uk/list-of-schedules?hsLang=en
6. Assets should not be compromised by the manufacturers maintenance schedules if they differ from SFG20 and assets should not be maintained any less frequently as set-out in the Knight Frank Promise Maintenance programme schedule.
7. It is also required of the supplier(s) to comply with the below ISO standards and certifications
a. H&S- ISO 45001
b. Environmental- ISO 14001
c. Security- ISO 27001
d. Safe Contractor Certification
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
Main site or place of performance
Full Property Management Service at Sunderland City Council, on behalf of Knight Frank Promise.
The correspondence address of Sunderland City Council is:
City Hall, Plater Way,
Sunderland,
Tyne And Wear,
United Kingdom,
SR1 3AA
two.2.4) Description of the procurement
Knight Frank Promise is looking to appoint a professional Property Management supplier to maintain its assets at City Hall, Sunderland which is the new headquarters of the Sunderland City Council. It is located at the Vaux Site and was completed in November 2021
Please note: Knight Frank Promise, acting as managing agent on behalf of Sunderland City Council, City Hall.
Property Management for the Sunderland City Council, City Hall
This Invitation to tender seeks suppliers who can provide full Property Management services in conjunction with quality assurance expertise to maintain, operate and manage the full spectrum of building services. The appointed supplier will provide measurable, high-quality, and high-value-added Property Management services.
Knight Frank Promise has a number of assets that are coming out of warranty and are in need of planned preventative maintenance. Any entering suppliers must have the knowledge and use of E-Logbooks that allows Knight Frank Promise to track, and monitor completed work on site.
Any supplier and its contractors must have the ability to use the electronic permit system E TAP more details of E Tap can be found at the following website; https://www.tap-in.co.uk/
The chosen supplier and its contractors must comply and hold SafeContractor accreditation throughout the duration of the contract term.
Specification
Further information can be obtained at Maistro platform.
the types of equipment to maintain include but are not limited to the list below.
*Boilers
*Fire Sprinkler System
*Dry Riser
*Expansion Vessel
*Fan Coil Units
*Cold Water Booster
*Heat Recovery Units
*Overdoor Heater
*Plate Heat Exchanger
*Plumbing Sanitary
*Pressurisation Unit
*Pumps
*Supply/Extract Fan
*Trench Heating
*Underfloor Heating
*Disabled Toilet Alarm
*Emergency Lighting
*Hand Driers
*Internal Lighting
*Pest Control
*Timeclock Changes
*Trace Heating
*Calorifier
*Expansion Vessels
*LTM Hot & Cold
*Legionella
*Shower
*TMV's
*Access Control
*Auto Doors
*Booster Set
*BMS
*CCTV
*Chillers
*Drainage
*Fire Dampers
*Fire Suppression
*Fixed Ladders
*Handrail
*Leak Detection System
*Mansafe System
*PAT Testing
*Smoke Vents
*Emergency Lighting
*Fire Doors
*Water Tank
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: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Contract Term
We are looking to appoint on a three (3) year basis with an optional (2)year term.
The contract terms are issued under the Knight Frank Promise Master Services Agreement and the appointed suppliers(s) will be required to sign up to Knight Frank Promise T&C's.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
TBC
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Any supplier and its contractors must have the ability to use the electronic permit system E TAP more details of E Tap can be found at the following website; https://www.tap-in.co.uk/
Elogbooks to be kept up to date.
The chosen supplier and its contractors must comply and hold SafeContractor accreditation throughout the duration of the contract term.
It is also required of the supplier(s) to comply with the below ISO standards and certifications
a. H&S- ISO 45001
b. Environmental- ISO 14001
c. Security- ISO 27001
d. Safe Contractor Certification
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-021700
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 October 2022
Local time
5:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 November 2022
Local time
5:00pm
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.4) Procedures for review
six.4.1) Review body
Maistro
1A Grow On Building 3 Babbage Way
Exeter
EX5 2FN
Telephone
+44 1392325557
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Submission Date:
ITT Launch day (30 days)** - 19th September
ITT Site visits - One site visit date will be made available
with a duration of 3 hours, this will be provided at the ITT stage
ITT Question deadline - 16th October
ITT Submission Deadline - 18th October
ITT Evaluation - 1st November
ITT Shortlisted supplier presentations - TBC
BAFO - 14th November
Standstill (10 days)** - 24th of November
Contract award - 1st December
Implementation Period & Internal Comms - 12th December
Contract Start Date - 2nd January