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 Award Notice

Meller Educational Trust Hard and Soft FM tender

  • First published: 10 October 2018
  • Last modified: 10 October 2018

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)

Contents

Summary

OCID:
Published by:
Meller Educational Trust
Authority ID:
AA59552
Publication date:
10 October 2018
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In general, each Academy Site will require the following services to be maintained and supported. Site specifics will be specified by site in the Invitation to Tender.

A single point of contact (Helpdesk)

Proven PPM/Reactive Callout documentation system

Management and Reporting of all the services being provided by the Contractor.

Regular site/contract meetings (a minimum number will be defined within the ITT)

Provide a Planned Preventative Maintenance (PPM) and a reactive callout service across all the services contained within the contract. These services include (but not limited to):

Heating Ventilation and Air Conditioning (HVAC), including Boilers etc.

Hot Water systems including Calorifiers and Point of Use Water Heaters

Natural Ventilation systems

Ground Source Heat Pumps (GSHP’s)

Gas Installations (including “Gasguard” type systems) and Annual Certification

Closed Loop Water Treatment and monitoring

Water Hygiene monitoring including Annual Chlorination of tanks and “down” services

Servicing and Certification of RPZ Valves (if applicable)

Trace Heating and Heat Maintenance Tape

Building Management Systems (BMS)

Solar PV and Solar Thermal Installations (if applicable)

Thermal Imaging of Electrical Panels and Distribution Boards

Fire Alarm systems (this may also include Redcare systems)

Fire Fighting systems including Sprinklers, Dry Risers and Hydrants

Smoke Extract/Ventilation systems.

Roller shutters/fire curtains linked to the fire system

Intruder alarms (this may also include Redcare systems)

Refuge Point and Induction Loop systems

Access Control systems

Lightning Protection systems

“Mansafe“ systems

Closed Circuit Television (CCTV) systems

Water Leak detection systems

The contractor will be responsible for ensuring compliance of the equipment/systems for which they are responsible and issuing the associated documentation to the Academy/Trust

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Meller Educational Trust

Watford UTC Colonial Way

Watford

WD23 4PT

UK

Contact person: David Hughes

Telephone: +44 1580715531

E-mail: david.hughes@mellereducationaltrust.org

NUTS: UKJ

Internet address(es)

Main address: www.rmandcconsultants.co.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341

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

Meller Educational Trust Hard and Soft FM tender

Reference number: RM&C/2018/MET/790

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The MET is seeking to centrally procure hard and soft FM services across the Trust. In the first instance, this will encompass five academies with the potential to extend to other schools within the Trust as their current arrangements end, and as the Trust grows. The services may vary between academies to suit the local demographic, site facilities and student numbers, and we would expect bidders to take each school's needs into account. Equally, the contract terms must be favourable to each institution within the Trust, and we reserve the right for each academy to determine value for money of the arrangement for their circumstance.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 2 275 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79993000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Harefield Academy

UB9 6ET

Bushey Academy

WD23 3AA

Hertswood Academy

WD6 5LG

Watford UTC

WD23 4PT

Francis Combe

WD25 7HW

II.2.4) Description of the procurement

In general, each Academy Site will require the following services to be maintained and supported. Site specifics will be specified by site in the Invitation to Tender.

A single point of contact (Helpdesk)

Proven PPM/Reactive Callout documentation system

Management and Reporting of all the services being provided by the Contractor.

Regular site/contract meetings (a minimum number will be defined within the ITT)

Provide a Planned Preventative Maintenance (PPM) and a reactive callout service across all the services contained within the contract. These services include (but not limited to):

Heating Ventilation and Air Conditioning (HVAC), including Boilers etc.

Hot Water systems including Calorifiers and Point of Use Water Heaters

Natural Ventilation systems

Ground Source Heat Pumps (GSHP’s)

Gas Installations (including “Gasguard” type systems) and Annual Certification

Closed Loop Water Treatment and monitoring

Water Hygiene monitoring including Annual Chlorination of tanks and “down” services

Servicing and Certification of RPZ Valves (if applicable)

Trace Heating and Heat Maintenance Tape

Building Management Systems (BMS)

Solar PV and Solar Thermal Installations (if applicable)

Thermal Imaging of Electrical Panels and Distribution Boards

Fire Alarm systems (this may also include Redcare systems)

Fire Fighting systems including Sprinklers, Dry Risers and Hydrants

Smoke Extract/Ventilation systems.

Roller shutters/fire curtains linked to the fire system

Intruder alarms (this may also include Redcare systems)

Refuge Point and Induction Loop systems

Access Control systems

Lightning Protection systems

“Mansafe“ systems

Closed Circuit Television (CCTV) systems

Water Leak detection systems

The contractor will be responsible for ensuring compliance of the equipment/systems for which they are responsible and issuing the associated documentation to the Academy/Trust

II.2.5) Award criteria

Quality criterion: Reference checks / Weighting: 10

Quality criterion: Tender compliance / Weighting: 10

Quality criterion: Work record / Weighting: 15

Quality criterion: Control of subcontractors / Weighting: 10

Quality criterion: Added value / Weighting: 5

Quality criterion: Support structure / Weighting: 15

Cost criterion: Commercial pricing / Weighting: 35

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 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 005-007232

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/09/2018

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bouygues Energies and Services

Becket House, 1 Lambeth Palace Road

London

SE1 7EU

UK

Telephone: +44 2074010020

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 270 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(MT Ref:213493)

VI.4) Procedures for review

VI.4.1) Review body

RM and C Consultants Ltd

Suite 3 Corner House Offices, High Street

Cranbrook

TN17 3HE

UK

Telephone: +44 1580715531

Internet address(es)

URL: www.rmandcconsultants.co.uk

VI.5) Date of dispatch of this notice

08/10/2018

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services

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:
david.hughes@mellereducationaltrust.org
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.