Tender

New Regent’s College ~ FM Tender

  • New Regent’s College

F02: Contract notice

Notice identifier: 2023/S 000-029263

Procurement identifier (OCID): ocds-h6vhtk-0407df

Published 4 October 2023, 2:07pm



Section one: Contracting authority

one.1) Name and addresses

New Regent’s College

Nile Street, Hoxton

London

N1 7RD

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.newregentscollege.co.uk/150/welcome-to-new-regents-college

one.3) Communication

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

https://litmustms.co.uk/respond/PE2XTVU445

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

New Regent’s College ~ FM Tender

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide Soft Facilities Management services for New Regents College

two.1.5) Estimated total value

Value excluding VAT: £112,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

New Regent's College is Hackney's vocational college and Pupil Referral Unit. We are a mixed provision for primary aged students through to Year 11 of secondary school.

Our Mission Statement

Our mission statement: 'Learning to Succeed' is designed to encapsulate the work we do. Often the young people who attend New Regent's are at risk of failure. Our aim is to equip them with the skills to be successful. The majority of our learners are with us for a limited period of time before returning to mainstream school or starting at a new school. We aim to help learners overcome their barriers to learning, which may be about improving their behaviour or some other aspects of their learning. There is a strong emphasis on literacy and numeracy especially for our younger students.

The College is looking for a trusted partner, who will self-deliver all of the core Soft FM services, outsourcing only the specialist areas.

The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which delivers the highest levels of service at all times.

A summary of the pertinent points of the project are as follows:

•At present, the delivery of the Soft FM at the College is currently outsourced.

•The full services in scope are:

Soft Services to include:

•Cleaning, Waste and Pest Control

•Security and Building Access Management

•Deliveries

•Ground and Landscape Maintenance

•Health and Safety Management

•Caretaking and Porterage Services

•The annual contract value is £112K

The contract will commence 16th April 2024 for an initial period of 3 years, with the opportunity to extend for a further period of 2 years at the discretion of the governing body.

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: £112,000

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

Start date

16 April 2024

End date

15 April 2029

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

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

10 November 2023

Local time

5:00pm

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

4 December 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-London:-Cleaning-services./PE2XTVU445" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-Cleaning-services./PE2XTVU445

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/PE2XTVU445" target="_blank">https://litmustms.co.uk/respond/PE2XTVU445

GO Reference: GO-2023104-PRO-24111541

six.4) Procedures for review

six.4.1) Review body

New Regent’s College

Nile Street, Hoxton

London

N1 7RD

Country

United Kingdom