Section one: Contracting authority
one.1) Name and addresses
Bromley College of Further and Higher Education T/A London South East Colleges
Bromley
BR2 8HE
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
London South East Colleges
Bromley
BR2 8HE
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
London South East Academies Trust
Bromley
BR2 8HE
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timms
Orpington
BR6 0JA
Contact
Karen Weeks
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
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
London South East Colleges (LSEC) Facilities Management Contracts
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Bromley College of Further and Higher Education T/A London South East Colleges (LSEC) are a leading educational provider in South East England, supporting further and higher education. The Contracts will relate to Planned Preventative Maintenance, Statutory Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects across a range of Facilities Management workstreams.
LSEC is part of a wider Education Group including LASER and LSEAT. As such, LSEC reserve the right to include assets from the wider group within this Contract, if required.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Security Contract
Lot No
2
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 79993000 - Building and facilities management services
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP35000.00 to GBP40000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Security (Intruder alarms, CCTV, Access Control, including but not limited to Automatic Gates, Barriers, Turnstiles & Doors.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Vertical Transport / Lifts Contract
Lot No
3
two.2.2) Additional CPV code(s)
- 50750000 - Lift-maintenance services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP55000.00 to GBP70000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Lift systems Lifts, Platforms & Hoists (Passenger & Non-passenger) including but not limited to Specialist Seating Equipment & Services, evacuation items.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Water Compliance Contract
Lot No
4
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 79993100 - Facilities management services
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP120000.00 to GBP135000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to HWS & CWS Equipment & Services, including but not limited to Safe Water provision, infrastructure and equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Mechanical Systems Contract
Lot No
5
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP180000.00 to GBP195000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Heating, Ventilation, Air Conditioning & Air-Cooling, Gas Safety and General Air Quality Testing & Monitoring Services Drainage (above & below ground) included but not limited to Mechanical Equipment and BMS systems.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Electrical Systems
Lot No
6
two.2.2) Additional CPV code(s)
- 71314100 - Electrical services
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 50116100 - Electrical-system repair services
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP520000.00 to GBP570000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Emergency Lighting, General Lighting, Lightening Protection Equipment, Fixed Wire Testing, Portable Appliance Testing, Distribution boards service, , Transformers, including but not limited to electrical infrastructure and related fixed electrical equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Building Services Contract
Lot No
7
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 45422000 - Carpentry installation work
- 45261910 - Roof repair
- 50870000 - Repair and maintenance services of playground equipment
- 45440000 - Painting and glazing work
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP70000.00 to GBP85000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Roofing, Glazing, Carpentry, Decoration/Re-decoration, Flooring/Re-Flooring, Ceilings, Ceiling Tiles, Plumbing & Drainage (internal & external) Internal & External Walls, Partitions, Fabric Repairs. Playground equipment/Gymnasium equipment. Health & Safety Equipment including Working at Height Safety equipment Life Safety Systems, (including ladders, access ladders & man-safe systems).
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Fire Safety Contract
Lot No
1
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 79993100 - Facilities management services
- 71314100 - Electrical services
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 31625200 - Fire-alarm systems
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
two.2.4) Description of the procurement
LSEC are looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP215000.00 to GBP245000.00. This figure does not take into account annual indexation considerations or VAT.
The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects.
The assets included within the contract include, but are not restricted to Fire systems, Fire Safety Equipment & Services, including but not limited to Fire Doors, Dampers, Ansul, Sprinklers.
two.2.5) Award criteria
Quality criterion - Name: Technical Responses / Weighting: 30
Price - Weighting: 70
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
It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
two.2.10) Information about variants
Variants will be accepted: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to Procurement documents.
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
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030842
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 November 2024
Local time
12:00pm
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
25 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The indicative value of the Contracts is based upon the maximum term. It is therefore subject to review and not guaranteed.
The Client reserve the right to conclude this procurement at any time throughout the duration of the procurement process.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232772.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:232772)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a standstill period following the award of the Contracts and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom