Tender

Weston College ~ Planned Preventative and Maintenance Services

  • Weston College

F02: Contract notice

Notice identifier: 2022/S 000-029820

Procurement identifier (OCID): ocds-h6vhtk-03780c

Published 21 October 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Weston College

Knightstone Campus, Knightstone Road

Weston-super-Mare

BS23 2AL

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKK23 - Somerset

Internet address(es)

Main address

https://www.weston.ac.uk/

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Weston-super-Mare:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./6J3284A9DG

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

Weston College ~ Planned Preventative and Maintenance Services

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide planned preventative and maintenance services (mechanical, electrical and building fabric) for Weston College Group.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
Main site or place of performance

Somerset

two.2.4) Description of the procurement

The contract being tendered is for an initial period of three years from 1 June 2023 until 31 May 2026, with the opportunity to extend for a further period of two years at the discretion of the College governing body. The value is in the region of £300K per annum.

The College has multiple campuses and the scope of this contract initially includes:

•Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL

•Conference & Events Centre, Knightstone Road, Weston-super-Mare, BS23 2AL

•The Workshop, South Terrace, Weston-super-Mare, BS23 2AT

•Law & Professional Services Academy, (Old Arosfa Hotel), Lower Church Road, Weston-Super-Mare, BS23 2AQ

•Winter Gardens, UCW & IEI, South Parade, Weston-super-Mare, BS23 1AJ

•Lauriston Hotel, 6-12 Knightstone Road, Weston-Super-Mare, BS23 2AN

•Weston Bay, 2 Clevedon Road, Weston-super-Mare, BS23 1DG

•Loxton Campus, Loxton Road, Weston-super-Mare, BS23 4QU

•Health & Active Living Centre, Loxton Road, Weston-super-Mare, BS23 4QU

•South West Skills Campus, 393 Locking Road, Weston-super-Mare, BS22 8NL (incorporates five buildings housing Engineering, Construction, Motor Vehicles, Apprenticeships, External contracts, IT and Computing)

•Construction Training Centre, Locking Head Drove, Weston-super-Mare, BS23 7NA

•Animal Management Education Centre (Opening January 2020), Puxton Park, Cowslip Lane, Hewish, BS24 6AH

•Bristol Training Institute, 12 Colston Avenue, Bristol, Avon, BS1 4ST

Due to the nature of the College building programme, the maintenance arrangements need to be integrated, enabling the College to continue to undertake its core business. It should be borne in mind that all equipment fitted during any new building work will be under warranty, covered and maintained by the installing contractor for the first year.

As part of the contract submission the College also requires the Supplier to supply a competitive agreed day work rate for both normal and out of hours working. The contract is fixed price and any variations to the contract that are requested by the Client should be invoiced at an agreed rate and should be calculated on an hourly rate per employee, as required to carry out the variation to the satisfaction of the contract supervising officer.

Whilst the monthly charge will represent the fixed cost, a reconciliation will take place monthly to reconcile the actual tasks worked within the contract. If the tasks worked are less than those invoiced a credit will be required by the College. The College requires that the tendered amount of tasks are worked at all times and the successful Supplier is expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires the successful Supplier to operate to at all times is being able to provide a functioning premises that is fit for purpose and that the Supplier is proactive in the management of the contract, thus ensuring that all specifications and the frequency of tasks is as detailed within the tender are achieved.

Note: bidders should ensure that adequate contract supervision is allowed for within their proposals.

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: £1,500,000

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

Start date

1 June 2023

End date

31 May 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

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

25 November 2022

Local time

12:00pm

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

12 December 2022

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.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-Weston-super-Mare:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./6J3284A9DG

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/6J3284A9DG

GO Reference: GO-20221021-PRO-21215258

six.4) Procedures for review

six.4.1) Review body

Weston College

Knightstone Campus, Knightstone Road

Weston-super-Mare

BS23 2AL

Country

United Kingdom