UK-Merseyside: Facilities management services.

UK-Merseyside: Facilities management services.
Section I: Contracting Authority
I.1) Name and addresses
Carmel College
334 Prescot Road, Saint Helens, Merseyside, WA10 3AG, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.carmel.ac.uk/
NUTS Code: UKD7
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/respond/8BT269894Y
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Carmel College ~ Building and Maintenance Services
Reference Number: Not provided
II.1.2) Main CPV Code:
79993100 - Facilities management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The successful Supplier will be required to provide Facilities Management services for Carmel College.
II.1.5) Estimated total value:
Value excluding VAT: 560,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD7 Merseyside

II.2.4) Description of procurement: About Carmel College and its vision
Carmel College is an outstanding college that is a centre of educational excellence, it has a vibrant and caring community. Carmel is a Catholic sixth form college for the whole community and, as such, excellence, support, challenge, care and opportunity are at the heart of everything.

Carmel delivers over 40 courses, Carmel+ including the High Achievers+ and Enrichment Programmes as well as the academic and wider support and facilities.

Carmel’s Vision – A Catholic College for the Community
•is founded on the person, example and teaching of Jesus Christ
•acknowledges the need for God and for the guidance of the Holy Spirit in the creation of a truly Christian community
•believes that every individual is made in the image and likeness of God, to be valued, respected, nurtured and challenged
•promotes self-esteem of the individual and enables students to make a valuable contribution to society
•upholds Gospel values of justice, love, peace, reconciliation and concern for the disadvantaged
•celebrates the richness of creation; respects and explores differences of faith and culture; and fosters ecumenical collaboration.

All members of the College Community are expected to make an active contribution to this Vision.
Carmel is made up of 5 buildings of varying ages. As well as substantial grounds to include pitches and sports fields. It has its own site team which will remain with the College but is limited with technology to support M&E activity.
The M&E services are delivered by a number of contractors, all using their own systems and having various methods of reporting. Whilst documentation is clear and up to date, there is no central system in which to hold it and therefore manual processes are currently adopted.
The College is looking for a trusted partner, who will self-deliver a high proportion of the Hard services, to include Maintenance and PPM planning and reactive works. With the delivery of services should come a comprehensive technology package, giving the client access to all files and statutory documents, as well as a compliance and helpdesk log oversight.
There will also be an opportunity for the preferred supplier to support the College on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract.
The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which remains compliant at all times.
The full services in scope are:
- Mechanical Equipment Includes HVAC,( AHUs, A/C, boilers, gas Installation, air supply and extraction)
- Catering Equipment
- Emergency lighting
- Fixed Wire Testing
- Electrical System maintenance
- Emergency Lighting Testing
- Fire Alarms
- Lightening Protection Testing
- Cold Water Services
- Hot & Cold Temperature Checks
- General above ground plumbing
- Drainage
- Shower heads
- Basin Traps
- Checks and Servicing Burners
- Gas tightness and certification.
- Pumps
- Pressurisation Units
- Refrigerant Systems
- Air Conditioning Systems Filter Clean & Changes
- Supply & Extract Fans
- Fire Fighting Equipment
- Fire Door maintenance
- PAT Testing
- Testing Restraining Wires installed for Access Safety on roofs.
- Cleaning Gutters, valleys and roof areas where leaves and other deleterious matter collects Sedum Roofs, weeding and general maintenance.
- Fabric Maintenance

Suppliers should note that any staff, be they provided by the supplier or a subcontractor, must have DBS checks in place before attending the College. These must be provided ahead of time, in order that the College can complete registration.

The current 3 Year contract value is circa £336k
The contract will commence October 2024 for an initial period of 3 years, with the opportunity to extend for a further period of 1+ 1 years at the discretion of the client.

See SQ Document for more information
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 560,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 23/10/2024 / End: 22/10/2029
This contract is subject to renewal: No
Description of renewals: Not provided
II.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.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted Acclerated
Justification for the choice of accelerated procedure: Due to the current contract end dates and requirement for a new contract to be in place by October half term 2024, the is a requirement for an accelerated process. This will enable a reasonable mobilisation period to ensure a stable start to the new contract moving forward.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/05/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/06/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 22/10/2027



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Merseyside:-Facilities-management-services./8BT269894Y

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/8BT269894Y
VI.4) Procedures for review
VI.4.1) Review body:
Carmel College
334 Prescot Road, Saint Helens, Merseyside, WA10 3A, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/04/2024

Annex A