Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Barnet and Southgate College
Southgate Campus, High Street
London
N14 6BS
UK
Telephone: +44 7508044728
E-mail: james.alger@tenetservices.com
NUTS: UKI
Internet address(es)
Main address: http://www.barnetsouthgate.ac.uk/
Address of the buyer profile: http://www.barnetsouthgate.ac.uk/
I.1) Name and addresses
The Windsor Forest Colleges Group
Langley Campus, Station Road
Slough
SL3 8BY
UK
Telephone: +44 7780159117
E-mail: Eric.Layton@tenetservices.com
NUTS: UK
Internet address(es)
Main address: http://www.eastberks.ac.uk/
Address of the buyer profile: http://www.eastberks.ac.uk/
I.1) Name and addresses
West Herts College
Hempstead Road
Watford
WD1 3EZ
UK
Telephone: +44 7508044728
E-mail: james.alger@tenetservices.com
NUTS: UKH23
Internet address(es)
Main address: http://www.westherts.ac.uk/
Address of the buyer profile: http://www.westherts.ac.uk/
I.1) Name and addresses
Milton Keynes College
Chaffron Way Campus, Leadenhall
Milton Keynes
MK6 5LP
UK
Telephone: +44 7780159658
E-mail: lucy.fawcett@tenetservices.com
Fax: +44 1376515970
NUTS: UK
Internet address(es)
Main address: http://www.mkcollege.ac.uk/
Address of the buyer profile: http://www.mkcollege.ac.uk/
I.1) Name and addresses
HCUC - Uxbridge College and Harrow College
Park Road
Uxbridge
UB8 1NQ
UK
Telephone: +44 7932220732
E-mail: shatu.mbursa@tenetservices.com
NUTS: UKI
Internet address(es)
Main address: https://www.harrow.ac.uk
Address of the buyer profile: https://www.harrow.ac.uk
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Barnet and Southgate College
Southgate Campus, High Street
London
N14 6BS
UK
Telephone: +44 7508044728
E-mail: james.alger@tenetservices.com
NUTS: UKI
Internet address(es)
Main address: http://www.barnetsouthgate.ac.uk/
Address of the buyer profile: http://www.barnetsouthgate.ac.uk/
Tenders or requests to participate must be sent electronically to:
https://suppliers.multiquote.com
Tenders or requests to participate must be sent to the abovementioned 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
Mechanical, Electrical and Building Fabric Maintenance Services — Barnet and Southgate College
Reference number: CA7513 -
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Tender for the provision of mechanical, electrical and building fabric maintenance services at Barnet and Southgate College.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 5 lots
Maximum number of lots that may be awarded to one tenderer: 5
II.2) Description
Lot No: 1
II.2.1) Title
Barnet and Southgate College
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
London.
II.2.4) Description of the procurement
Barnet and Southgate College (BSC) is seeking to appoint a provider of mechanical, electrical and building fabric maintenance service requirements of the College across the College estate.
This tender is initially just for the provision of these services to BSC. Harrow College and Uxbridge College (HCUC), Milton Keynes College (MKC), West Herts College (WHC) and The Windsor Forest Colleges Group (TWFGC) may follow at a later date during this tender process. The right is reserved to award or not award of any number of these separate lots. The right is reserved to award Lots to separate contractors.
Any contract values for these lots are estimated at this time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Objective criteria for choosing the limited number of candidates:
High levels of competition are expected.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2 x 12 month(s).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Harrow College and Uxbridge College
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
Manchester.
II.2.4) Description of the procurement
Barnet and Southgate College (BSC) is seeking to appoint a provider of mechanical, electrical and building fabric maintenance service requirements of the College across the College estate.
This tender is initially just for the provision of these services to BSC. Harrow College and Uxbridge College (HCUC), Milton Keynes College (MKC), West Herts College (WHC) and The Windsor Forest Colleges Group (TWFGC) may follow at a later date during this tender process. The right is reserved to award or not award of any number of these separate lots. The right is reserved to award lots to separate contractors.
Any contract values for these lots are estimated at this time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Objective criteria for choosing the limited number of candidates:
High levels of competition are expected.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2 x 12 month(s).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Milton Keynes College
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
South East.
II.2.4) Description of the procurement
Barnet and Southgate College (BSC) is seeking to appoint a provider of mechanical, electrical and building fabric maintenance service requirements of the College across the College estate.
This tender is initially just for the provision of these services to BSC. Harrow College and Uxbridge College (HCUC), Milton Keynes College (MKC), West Herts College (WHC) and The Windsor Forest Colleges Group (TWFGC) may follow at a later date during this tender process. The right is reserved to award or not award of any number of these separate lots. The right is reserved to award lots to separate contractors.
Any contract values for these lots are estimated at this time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Objective criteria for choosing the limited number of candidates:
High levels of competition are expected.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2 x 12 month(s).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
West Herts College
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
Manchester.
II.2.4) Description of the procurement
Barnet and Southgate College (BSC) is seeking to appoint a provider of mechanical, electrical and building fabric maintenance service requirements of the College across the College estate.
This tender is initially just for the provision of these services to BSC. Harrow College and Uxbridge College (HCUC), Milton Keynes College (MKC), West Herts College (WHC) and The Windsor Forest Colleges Group (TWFGC) may follow at a later date during this tender process. The right is reserved to award or not award of any number of these separate lots. The right is reserved to award lots to separate contractors.
Any contract values for these lots are estimated at this time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Objective criteria for choosing the limited number of candidates:
High levels of competition are expected.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2 x 12 month(s).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
The Windsor Forest Colleges Group
II.2.2) Additional CPV code(s)
71000000
II.2.3) Place of performance
NUTS code:
UKJ
Main site or place of performance:
Manchester
II.2.4) Description of the procurement
Barnet and Southgate College (BSC) is seeking to appoint a provider of mechanical, electrical and building fabric maintenance service requirements of the College across the College estate.
This tender is initially just for the provision of these services to BSC. Harrow College and Uxbridge College (HCUC), Milton Keynes College (MKC), West Herts College (WHC) and The Windsor Forest Colleges Group (TWFGC) may follow at a later date during this tender process. The right is reserved to award or not award of any number of these separate lots. The right is reserved to award lots to separate contractors.
Any contract values for these lots are estimated at this time.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Objective criteria for choosing the limited number of candidates:
High levels of competition are expected.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2 x 12 month(s).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A selection questionnaire (SQ) must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A selection questionnaire (SQ) must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
As stated within the tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A selection questionnaire (SQ) must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards required:
As stated within the tender documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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:
10/08/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The contracting authority shall not be under any obligation to accept any tender. The contracting authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the tenderers.
The contracting authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
VI.4) Procedures for review
VI.4.1) Review body
Tenet
Suites 23, 24 & 25 Leslie Hough Way
Salford
M6 6AJ
UK
Telephone: +44 7904236997
E-mail: raymond.wiffen@tenetservices.com
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.5) Date of dispatch of this notice
10/07/2020