Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tender for Planned Preventative and Reactive Maintenance Services.

  • First published: 20 June 2014
  • Last modified: 20 June 2014
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Weston College
Authority ID:
AA22100
Publication date:
20 June 2014
Deadline date:
18 July 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The successful tenderer will be required to provide the planned preventative and reactive maintenance services at Weston College.

The contract being tendered is for 3 years in duration from 1.1.2015 until 31.12.2017. The value is in the region of 200 000 GBP (two hundred thousand pounds sterling) per annum.

The successful tenderer will be required to provide Planned, Preventative and Reactive Building Maintenance (Mechanical, Electrical and Building Fabric) at Weston College.

The College has multiple campuses and the scope of this contract initially includes Knightstone Road, South West Skills Campus, University Campus, Weston College Conference Centre and The Weston Bay Hotel.

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.

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 contractor 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 contractor to operate to at all times is being able to provide a functioning premises that is fit for purpose and that the Contractor 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.

Please ensure that within your proposal you have allowed for adequate contract supervision.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Weston College

Knightstone Road

Weston-super-Mare

BS23 2AL

UK

The Litmus Partnership Ltd

+44 1276673880

pqq@litmuspartnership.co.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Tender for Planned Preventative and Reactive Maintenance Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

II.1.2)

Main site or location of works, place of delivery or performance

Knightstone Road, Weston-super-Mare, Somerset BS23 2AL.



UKK12

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The successful tenderer will be required to provide the planned preventative and reactive maintenance services at Weston College.

The contract being tendered is for 3 years in duration from 1.1.2015 until 31.12.2017. The value is in the region of 200 000 GBP (two hundred thousand pounds sterling) per annum.

The successful tenderer will be required to provide Planned, Preventative and Reactive Building Maintenance (Mechanical, Electrical and Building Fabric) at Weston College.

The College has multiple campuses and the scope of this contract initially includes Knightstone Road, South West Skills Campus, University Campus, Weston College Conference Centre and The Weston Bay Hotel.

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.

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 contractor 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 contractor to operate to at all times is being able to provide a functioning premises that is fit for purpose and that the Contractor 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.

Please ensure that within your proposal you have allowed for adequate contract supervision.

II.1.6)

Common Procurement Vocabulary (CPV)

50710000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

Section III: Legal, Economic, Financial and Technical Information

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.

Conviction of criminal offences – questions are stated in the Pre-Qualification Questionnaire.

Business Probity – questions are stated in the Pre-Qualification Questionnaire.

III.2.2)

Economic and financial capacity


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.



Economic and financial standing – Tenderers are required to have a minimum annual turnover of 1 000 000 GBP (one million pounds sterling).

Suppliers must be financially fluid and currently trading.

They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors' confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.

If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.

Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.


III.2.3)

Technical capacity


Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited website.

Minimum standards for participation are stated in the Pre-Qualification Questionnaire.

Failure to achieve a pass in any of the minimum standards will result in your exclusion from any further part in this process.



Health & Safety Policy – Tenderers shall have a robust Health & Safety Policy endorsed by the Company Director(s).

Tenderers shall have in place insurance cover of a minimum:

Public Liability Cover - 5 000 000 GBP (five million pounds sterling).

Employers Liability Cover - 5 000 000 GBP (five million pounds sterling).

Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored on a points basis.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

510

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.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 18-07-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 28-07-2014

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.

The closing date for receipt of the Pre-Qualification Questionnaire is 18.7.2014 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time. Policy documents (where indicated in the Pre-Qualification Questionnaire) shall be uploaded to The Litmus Partnership Limited pre-qualification website prior to this closing date and time.

It will be the Tenderer's responsibility to obtain any necessary documents and access to The Litmus Partnership pre-qualification website 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 OJEU 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.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-06-2014

Coding

Commodity categories

ID Title Parent category
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pqq@litmuspartnership.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.