Opportunity

Provision of maintenance services for Hackney secondary schools for M+E and HVAC plant and equipment

  • London Borough of Hackney

F02: Contract notice

Notice reference: 2022/S 000-032061

Published 11 November 2022, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

Miss Lisa Bailey

Email

lisa.bailey@hackney.gov.uk

Telephone

+44 2083562223

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of maintenance services for Hackney secondary schools for M+E and HVAC plant and equipment

Reference number

DN637877

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hackney, Education Property Team are seeking to appoint a contractor for a PPM (Planned Preventative Maintenance) service of the M+E and HVAC plant for 9 secondary schools (currently) with the potential of expansion by variation, to incorporate other schools within the Education Estate. This is a three year contract with a 2 year extension option (3+1+1), potentially extending the contract into 2028. The maintenance levels for the assets will be as per the SFG20 standards. We are seeking to establish a mutually beneficial relationship to allow the Authority to continue delivering the high levels of service to the schools and ensure systems remain legally compliant and safe; and energy efficient and effective.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

The London Borough of Hackney, Education Property Team are seeking to appoint a contractor for a PPM (Planned Preventative Maintenance) service of the M+E and HVAC plant for 9 secondary schools (currently) with the potential of expansion by variation, to incorporate other schools within the Education Estate. This is a three year contract with a 2 year extension option (3+1+1), potentially extending the contract into 2028. The maintenance levels for the assets will be as per the SFG20 standards. We are seeking to establish a mutually beneficial relationship to allow the Authority to continue delivering the high levels of service to the schools and ensure systems remain legally compliant and safe; and energy efficient and effective.

Provision of maintenance services for Hackney secondary schools for M+E and HVAC plant and equipment: DN637877

This tender will be administered via an e-procurement system called Pro Contract. Suppliers must be registered on the system in order to access the documentation. To register as a supplier on Pro Contract please visit the London's Tenders Portal at:https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Duration in months

60

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

The procurement involves the setting up of a dynamic purchasing system

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

16 December 2022

Local time

12:00pm

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

18 January 2023

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: 90 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom