Section one: Contracting authority
one.1) Name and addresses
London Design & Engineering UTC
15 University Way, Royal Docks
London
E16 2RD
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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