Tender

London South East Colleges (LSEC) Facilities Management Contracts

  • Bromley College of Further and Higher Education T/A London South East Colleges
  • London South East Colleges
  • London South East Academies Trust

F02: Contract notice

Notice identifier: 2024/S 000-032016

Procurement identifier (OCID): ocds-h6vhtk-040d40

Published 7 October 2024, 10:08am



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

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lsec.ac.uk

one.1) Name and addresses

London South East Colleges

Bromley

BR2 8HE

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lsec.ac.uk/

one.1) Name and addresses

London South East Academies Trust

Bromley

BR2 8HE

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lsec.ac.uk/lseat

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

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms

Orpington

BR6 0JA

Contact

Karen Weeks

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

Email

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