Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6a4 |
Common Procurement Vocabulary | Building services |
Procurement Method | Open procedure |
Value | £300,000 |
United Kingdom
Category Services
Type
No. of Lots 1
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6a4 |
Common Procurement Vocabulary | Building services |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
BELLEVUE PLACE EDUCATION TRUST
13 Fleersbridge Business Centre, Upton Road Poole,
Dorset
BH17 7AF
Contact
Ian Carey
ian.carey [at] pulseconsult.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Charity Commission (England and Wales)
Education Trust
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Building Surveying Services - Framework
II.1.2) Main CPV code
- 71315000 - Building services
II.1.3) Type of contract
Services
II.1.4) Short description
BPET is looking for a Contractor to provide Building Surveying service provision which:
• Is cost effective and delivers high quality support to the wider estate.
• Can provide the necessary resource for the course of the framework ( 3 years plus one plus one)
• Have a robust approach to identifying and prioritising improvement works.
• Is focused on providing commercial solutions to improvement works.
• Is flexible, proactive and supportive of BPET's needs.
The successful bidder will be expected to manage all aspects of designing, tendering and delivering the works required to spend the Schools Capital Allocation within each year cycle.
II.1.5) Estimated total value
Value excluding VAT: £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Current schools are as follows:-
Rutherford House School 217 Balham High Road, Balham, SW17 7BQ
Deer Park School 389 Richmond Road, Twickenham,
TW1 2EF
Watling Park School Pavilion Way, Burnt Oak HA8 9YA
Evendons Primary School 161 Finchampstead Road, Wokingham, Berkshire, RG40 3HD
Whiteknights Primary School Fairlawn Green, Shinfield Rise, Reading, Berkshire, RG2 8EP
Rivermead Primary School Loddon Bridge Road, Woodley, Reading, Berkshire, RG5 4BS
The Heights Primary School 129 Upper Woodcote Rd, Reading RG4 7LB
Dollis Primary School Pursley Rd, London NW7 2BU
Halley House School* 52-58 Arcola St, Hackney, E8 2DJ
Braywick Court School Hibbert Road, Bray, Maidenhead, SL6 1UU
Kilburn Grange School* Priory Park Road, Kilburn, Brent, NW6 7UJ
Whitehall Park School* 106 Hornsey Lane, Islington, N6 5EP
However more schools may be added during the framework.
II.2.4) Description of the procurement
The service requirements for the purpose of tendering are broken down into two components.
Condition survey review
Each year BPET will secure funding for the year. BPET will require the successful service provider to review the school condition surveys and any reports of issues across the estate and provide a priority list of works. As part of the project building surveying services will be to update the condition reports, we expect this requirement to be carried out annually after each funding round.
The service provider will issue to BPET a report that confirms the top 12 projects that are required to be prioritised, with a budget cost of works for each project. This will be tabled with BPET and the projects to be delivered for that year will be agreed. Once these projects have been agreed the service provider will provide BPET with fixed fee's to deliver the projects.
Project building surveying services
BPET will appoint the Building Surveyor to deliver the agreed annual projects. The appointment will be based on the Building Surveyor providing the scope of services contained in Appendix A and the fee's will be as per those tendered.
We note that BPET reserves the right to not award projects that are funded by the Capital Schools Allocation or any other funding streams to the successful bidder. An agreed list will be confirmed once the above processes have been followed.
We note that the size of projects may differ year on year and that may affect the cost of the service. We therefore request that you tender on the basis of no more than eight projects in the year that total £500k. If there is a requirement for more projects to be delivered; then the day rates submitted as part of this tender will be used, to confirm any additional fee's.
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: £300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial framework is for three years with an option to extend for two further years on a one year + one year basis.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
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
Please see the Specification and invitation to tender along with associated appendices.
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework is for three years with an option to extend for two further years on a rolling one year extension.
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
18 February 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
21 February 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
PPRS
London
Country
United Kingdom