Tender

London Design and Engineering University Technical College ~ Hard FM Tender V2

  • London Design & Engineering UTC

F02: Contract notice

Notice identifier: 2023/S 000-035992

Procurement identifier (OCID): ocds-h6vhtk-04222f

Published 6 December 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

London Design & Engineering UTC

15 University Way, Royal Docks

London

E16 2RD

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.ldeutc.co.uk

one.3) Communication

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

https://litmustms.co.uk/respond/W3G4Y4AV33

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

London Design and Engineering University Technical College ~ Hard FM Tender V2

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide Hard FM services for London Design and Engineering University Technical College.

two.1.5) Estimated total value

Value excluding VAT: £250,000

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

We have recently been appointed by the London Design and Engineering University Technical College (LDE UTC) to provide consultancy support in the management and co-ordination of a hard FM services tender across their building at 15 University Way, London E16 2RD.

The Client organisation has a need for extensive and skilled expertise in successfully delivering hard FM maintenance across educational facilities.

The college has plans to extend its footprint over the next 1-2 years with an additional new build and possible occupation of other existing buildings.

There may also be an opportunity for additional extra to contract upgrade and installation project works.

The Hard FM services required across the facilities comprise of planned and reactive maintenance.

The Client is looking for the following delivery arrangements across the facilities:

•Delivery of Planned, preventative, reactive and project works

•Suitably qualified engineers to support the service delivery.

•Supporting, suitably qualified engineer to cover holidays and sickness.

•Support team and facility on a 24 / 7 basis

•Call out attendance.

•Capability and capacity to deliver extra to contract project works, in addition to works included above.

The supplier must be able to demonstrate.

• A high degree of skills, competence, and certification in these areas.

•A high percentage of services self-delivered by directly employed engineers.

•Experience of delivering a range of services in educational facilities

•Conformance with the client's health and safety, equality and anti-bribery policies

•Cultural fit

•Flexibility

•East London resource and capability

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: £250,000

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

Start date

1 September 2024

End date

31 August 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

26 January 2024

Local time

12:00pm

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

26 February 2024

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:-Facilities-management-services./W3G4Y4AV33" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-Facilities-management-services./W3G4Y4AV33

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/W3G4Y4AV33" target="_blank">https://litmustms.co.uk/respond/W3G4Y4AV33

GO Reference: GO-2023126-PRO-24705544

six.4) Procedures for review

six.4.1) Review body

London Design & Engineering UTC

15 University Way, Royal Docks

London

E16 2RD

Country

United Kingdom