Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0469ad
Common Procurement VocabularyRepair and maintenance services of electrical and mechanical building installations
Procurement MethodRestricted procedure
Value£275,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-0469ad
Common Procurement VocabularyRepair and maintenance services of electrical and mechanical building installations
Procurement MethodRestricted procedure
Value£275,000

Section I: Contracting authority

I.1) Name and addresses

Leyton Sixth Form College

Essex Road, Leyton

London

E10 6EQ

Email

tenders [at] litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.leyton.ac.uk/

I.3) Communication

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

https://litmustms.co.uk/respond/NPT4AT2A3G

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Leyton Sixth Form College ~ Planned Preventative and Reactive Maintenance Services

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 Reactive Maintenance services for Leyton 6th Form College (Mechanical, Electrical and Water Hygiene).

II.1.5) Estimated total value

Value excluding VAT: £275,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

II.2.4) Description of the procurement

The contract being tendered is for an initial period of three years from 1st January 2025 until 31st December 2027, 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 £55K per annum.

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 Contractor 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.

PPM Tender for Planned Preventative & Reactive Maintenance Services ~ Selection Questionnaire Commercial, in confidence.

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.

Please 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: £275,000

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

Start date

1 January 2025

End date

31 December 2029

This contract is subject to renewal

No

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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

28 June 2024

Local time

12:00pm

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

22 July 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

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:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./NPT4AT2A3G

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/NPT4AT2A3G

GO Reference: GO-2024522-PRO-26168853

VI.4) Procedures for review

VI.4.1) Review body

Leyton Sixth Form College

Essex Road, Leyton

London

E10 6EQ

Country

United Kingdom