Tender

Joseph Chamberlain Sixth Form College ~ Building and Maintenance Services

  • Joseph Chamberlain Sixth Form College

F02: Contract notice

Notice identifier: 2023/S 000-026863

Procurement identifier (OCID): ocds-h6vhtk-03fbda

Published 11 September 2023, 7:06pm



Section one: Contracting authority

one.1) Name and addresses

Joseph Chamberlain Sixth Form College

1 Belgrave Road, Highgate

Birmingham

B12 9FF

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKG31 - Birmingham

Internet address(es)

Main address

http://www.jcc.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/Z96863CHM8

Additional information can be obtained from the above-mentioned address

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Joseph Chamberlain Sixth Form College ~ Building and Maintenance Services

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Joseph Chamberlain College is situated just ten minutes from Birmingham City Centre and is a highly successful Sixth Form with a national reputation for excellence. It offers a wide range of A-Level and BTEC courses for school leavers in the award-winning main building. A variety of Adult Learning programmes are based at a neighbouring building.

two.1.5) Estimated total value

Value excluding VAT: £175,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Birmingham

two.2.4) Description of the procurement

The full services in scope are:

Hard FM - To Include:

•M&E Services

•Reactive Maintenance

•Planned Preventative Maintenance (PPM)

•Consumables for PPM

•Capital Projects Work (will be tendered by project)

•PAT testing

•Fixed Wire Testing

•Lift maintenance

•Statutory compliance

•BMS maintenance

•Access control

•CCTV

•Fire Alarm

•Intruder Alarm

•Auto gates

•Lightning Protection

•Water quality

Grounds Maintenance

Pest Control

The annual contract value is circa £175000 to include the reactive works budget.

The contract will commence January 2024 for an initial period of 3 years, with the opportunity to extend for a further period of 2 years (1 +1) at the discretion of the client.

Please see SQ document for more information.

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: £175,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2024

End date

31 December 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

Contract start

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.2.2) Time limit for receipt of tenders or requests to participate

Date

29 September 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 October 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Birmingham:-Facilities-management-services./Z96863CHM8" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Birmingham:-Facilities-management-services./Z96863CHM8

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/Z96863CHM8" target="_blank">https://litmustms.co.uk/respond/Z96863CHM8

GO Reference: GO-2023911-PRO-23845572

six.4) Procedures for review

six.4.1) Review body

Joseph Chamberlain Sixth Form College

1 Belgrave Road, Highgate

Birmingham

B12 9FF

Country

United Kingdom