UK-London: Facilities management services.

UK-London: Facilities management services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Sarah Bonnell School
Deanery Road, London, E15 4LP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.sarahbonnell.com/
NUTS Code: UKI

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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Sarah Bonnell School ~ Facilities Management Tender
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: Sarah Bonnell School is a secondary academy in the London Borough of Newham, educating girls in Years 7 to 11.

The successful Supplier will be required to provide facilities management services for the School. The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 1,600,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
79993000 - Building and facilities management services.
77314000 - Grounds maintenance services.


II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the procurement: The successful Supplier will be required to provide facilities management services for the School. The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register.

The following services are included, but not limited to:

Internal Lighting
Building Maintenance System (BMS)
External Lighting
High Level Railing Safety & Maintenance
Emergency Lighting
Heating
Fire Safety Risk Assessments (incl extinguishers, fire alarm & bell testing)
Air Handling Units (incl ductwork)
CCTV & Intruder Alarms
(incl. key holding & out of hours monitoring)
Mansafe System
Automatic Doors & Shutters
Distribution Board and Consumer Units
Access Control
Gas Meters, Detection & Safety Systems (incl. solenoid valves)
Kitchen/Catering Equipment(incl ductwork)
Plant Room Maintenance(incl. boilers & flues)
Lightning Protection
Heaters & Exchangers (incl. pressure systems & underfloor heating)
Water Systems Risk Assessments (incl. sampling, legionella, mains and storage)
Lifts
Drainage
Hand Dryers
PAT Testing
Science Room Fume Cupboards
Grounds Maintenance
Fan Systems


The School are seeking a suitably experienced contractor who is able to evidence working within the education sector. The successful contractor will already have a strong operational base within London, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

TUPE is expected to apply to an onsite, dedicated team. It is anticipated that some of the employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme. Suitable cover should be provided through a base of Engineers for absence, expected and unexpected. Outside of this, it is expected that the successful Contractor may need to engage the services of specialist sub-contractors, where necessary.

A suitable Computer Aided Faculties Management (CAFM) system is expected to be required.

The duration of the contract being offered is for an initial three-year period commencing on 1 September 2021 and concluding on 31 August 2024, with the potential to extend for a further period of two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

Further information can be found in the SQ Document.

II.2.5) Award criteria:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2021/S 000-003382



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 003382
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 09/07/2021

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Wren Environmental Ltd, 02669441
Unit 7 Mole Business Park, Randall's Road, Leatherhead, KT22 7BA, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,223,267
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=615060434

VI.4) Procedures for review

VI.4.1) Review body
Sarah Bonnell School
Deanery Road, London, E15 4LP, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 30/07/2021