Skip to main content.

The Litmus Partnership: Weston College ~ Planned Preventative and Maintenance Services

  The Litmus Partnership has published this notice through Delta eSourcing

Notice Summary
Title: Weston College ~ Planned Preventative and Maintenance Services
Notice type: Contract Award Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide planned preventative and maintenance services (mechanical, electrical and building fabric) for Weston College Group.
Published: 14/04/2023 15:03

View Full Notice

UK-Weston-super-Mare: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Weston College
       Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.weston.ac.uk/
       NUTS Code: UKK23

   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: Weston College ~ Planned Preventative and Maintenance Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50710000 - Repair and maintenance services of electrical and mechanical building installations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The successful Supplier will be required to provide planned preventative and maintenance services (mechanical, electrical and building fabric) for Weston College Group.

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

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKK23 - Somerset
   
      Main site or place of performance:
      Somerset
             

      II.2.4) Description of the procurement: The contract being tendered is for an initial period of three years from 1 June 2023 until 31 May 2026, with the opportunity to extend for a further period of two years at the discretion of the College governing body. The value is in the region of £300K per annum. The College has multiple campuses and the scope of this contract initially includes: •Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL •Conference & Events Centre, Knightstone Road, Weston-super-Mare, BS23 2AL •The Workshop, South Terrace, Weston-super-Mare, BS23 2AT •Law & Professional Services Academy, (Old Arosfa Hotel), Lower Church Road, Weston-Super-Mare, BS23 2AQ •Winter Gardens, UCW & IEI, South Parade, Weston-super-Mare, BS23 1AJ •Lauriston Hotel, 6-12 Knightstone Road, Weston-Super-Mare, BS23 2AN •Weston Bay, 2 Clevedon Road, Weston-super-Mare, BS23 1DG •Loxton Campus, Loxton Road, Weston-super-Mare, BS23 4QU •Health & Active Living Centre, Loxton Road, Weston-super-Mare, BS23 4QU •South West Skills Campus, 393 Locking Road, Weston-super-Mare, BS22 8NL (incorporates five buildings housing Engineering, Construction, Motor Vehicles, Apprenticeships, External contracts, IT and Computing) •Construction Training Centre, Locking Head Drove, Weston-super-Mare, BS23 7NA •Animal Management Education Centre (Opening January 2020), Puxton Park, Cowslip Lane, Hewish, BS24 6AH •Bristol Training Institute, 12 Colston Avenue, Bristol, Avon, BS1 4ST Due to the nature of the College building programme, the maintenance arrangements need to be integrated, enabling the College to continue to undertake its core business. It should be borne in mind that all equipment fitted during any new building work will be under warranty, covered and maintained by the installing contractor for the first year. As part of the contract submission the College also requires the Supplier to supply a competitive agreed day work rate for both normal and out of hours working. The contract is fixed price and any variations to the contract that are requested by the Client should be invoiced at an agreed rate and should be calculated on an hourly rate per employee, as required to carry out the variation to the satisfaction of the contract supervising officer. Whilst the monthly charge will represent the fixed cost, a reconciliation will take place monthly to reconcile the actual tasks worked within the contract. If the tasks worked are less than those invoiced a credit will be required by the College. The College requires that the tendered amount of tasks are worked at all times and the successful Supplier is expected to have a system in place to cover for both planned and unplanned leave. The basis and rationale that the Client requires the successful Supplier to operate to at all times is being able to provide a functioning premises that is fit for purpose and that the Supplier is proactive in the management of the contract, thus ensuring that all specifications and the frequency of tasks is as detailed within the tender are achieved. Note: bidders should ensure that adequate contract supervision is allowed for within their proposals.

      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: 2022/S 000-029820
      
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2022 - 029820

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. 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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=775575265

   VI.4) Procedures for review

      VI.4.1) Review body
          Weston College
          Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL, 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: 14/04/2023




View any Notice Addenda

View Award Notice