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

Weston College Group — Tender for Planned Preventative and Reactive Maintenance Services

  • First published: 14 October 2019
  • Last modified: 14 October 2019
  • 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:
14 October 2019
Deadline date:
15 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The College has multiple campuses and the scope of this contract initially includes:

— Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL,

— Conference and Events Centre, Knightstone Road, Weston-super-Mare, BS23 2AL,

— The Workshop, South Terrace, Weston-super-Mare, BS23 2AT,

— Law and Professional Services Academy, (Old Arosfa Hotel), Lower Church Road, Weston-Super-Mare, BS23 2AQ,

— Winter Gardens, UCW and IEI, South Parade, Weston-super-Mare, BS23 1AJ,

— Lauriston Hotel, 6-12 Knightstone Road, Weston-Super-Mare, BS23 2AN,

— Weston Bay, 2 Clevedon Road, Weston-super-Mare, BS23 1DG,

— Loxton Campus, Loxton Road, Weston-super-Mare, BS23 4QU,

— Health and Active Living Centre, Loxton Road, Weston-super-Mare, BS23 4QU,

— South West Skills Campus, 393 Locking Road, Weston-super-Mare, BS22 8NL (incorporates five buildings housing engineering, construction, motor vehicles, apprenticeships, external contracts, IT and computing),

— Construction Training Centre, Locking Head Drove, Weston-super-Mare, BS23 7NA,

— Animal Management Education Centre (opening January 2020), Puxton Park, Cowslip Lane, Hewish, BS24 6AH.

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

Note: Bidders should ensure that adequate contract supervision is allowed for within their proposals.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Weston College

Knightstone Road

Weston-super-Mare

BS23 2AL

UK

Telephone: +44 1276-673880

E-mail: pqq@litmuspartnership.co.uk

NUTS: UKK12

Internet address(es)

Main address: http://www.weston.ac.uk

I.3) Communication

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

https://litmuspartnership.co.uk/sq/weston/


Additional information can be obtained from the abovementioned address


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

Weston College Group — Tender for Planned Preventative and Reactive Maintenance Services

II.1.2) Main CPV code

50710000

 

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 (mechanical, electrical and building fabric) for Weston College Group.

The contract being tendered is for an initial period of 3 years from 1.6.2020 until 31.5.2023, with the opportunity to extend for a further period of 2 years at the discretion of the College governing body. The value is in the region of 300 000 GBP per annum.

II.1.5) Estimated total value

Value excluding VAT: 1 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKK12


Main site or place of performance:

See II.2.4) Description of the procurement:

— Weston-super-Mare,

— North Somerset,

— United Kingdom.

II.2.4) Description of the procurement

The College has multiple campuses and the scope of this contract initially includes:

— Knightstone Campus, Knightstone Road, Weston-super-Mare, BS23 2AL,

— Conference and Events Centre, Knightstone Road, Weston-super-Mare, BS23 2AL,

— The Workshop, South Terrace, Weston-super-Mare, BS23 2AT,

— Law and Professional Services Academy, (Old Arosfa Hotel), Lower Church Road, Weston-Super-Mare, BS23 2AQ,

— Winter Gardens, UCW and IEI, South Parade, Weston-super-Mare, BS23 1AJ,

— Lauriston Hotel, 6-12 Knightstone Road, Weston-Super-Mare, BS23 2AN,

— Weston Bay, 2 Clevedon Road, Weston-super-Mare, BS23 1DG,

— Loxton Campus, Loxton Road, Weston-super-Mare, BS23 4QU,

— Health and Active Living Centre, Loxton Road, Weston-super-Mare, BS23 4QU,

— South West Skills Campus, 393 Locking Road, Weston-super-Mare, BS22 8NL (incorporates five buildings housing engineering, construction, motor vehicles, apprenticeships, external contracts, IT and computing),

— Construction Training Centre, Locking Head Drove, Weston-super-Mare, BS23 7NA,

— Animal Management Education Centre (opening January 2020), Puxton Park, Cowslip Lane, Hewish, BS24 6AH.

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

Note: Bidders should ensure that adequate contract supervision is allowed for within their proposals.

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: 1 500 000.00  GBP

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

Start: 01/06/2020

End: 31/05/2025

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:

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


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: 15/11/2019

Local time: 12:00

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

Date: 06/12/2019

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

Interest in the selection 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 selection questionnaire and associated documents can be obtained at: https://litmuspartnership.co.uk/sq/weston/

The closing date for receipt of the selection questionnaire is 15.11.2019 (12.00). Suppliers are required to ensure that documents are obtained and returned to The Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

Documents in respect of economic/financial standing (where indicated in the selection questionnaire) shall be returned to The Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

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.

VI.4) Procedures for review

VI.4.1) Review body

Weston College

Weston-super-Mare

UK

VI.5) Date of dispatch of this notice

09/10/2019

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.