Hard and Soft FM Tender Reading
The Meller Educational Trust is seeking to centrally procure hard & soft FM services across the Trust.
United Kingdom-Watford: Building and facilities management services
2018/S 005-007232
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Watford UTC Colonial Way
Watford
WD23 4PT
United Kingdom
Contact person: David Hughes
Telephone: +44 1580715531
E-mail: david.hughes@mellereducationaltrust.org
NUTS code: UKJ
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341
I.3)Communication
450 Brook Drive Green Park
Reading
RG2 6UU
United Kingdom
Contact person: Mike Pooleman
Telephone: +44 7979850094
E-mail: mike.pooleman@rmandcconsultants.co.uk
NUTS code: UKJ1Internet address(es):Main address: www.rmandcconsultants.co.uk
450 Brook Drive Green Park
Reading
RG2 6UU
United Kingdom
Contact person: Mike Pooleman
Telephone: +44 7976850094
E-mail: mike.pooleman@rmandcconsultants.co.uk
NUTS code: UKJ1Internet address(es):Main address: www.rmandcconsultants.co.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Meller Educational Trust Hard & Soft FM tender
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The MET is seeking to centrally procure hard & 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 favorable to each institution within the Trust, and we reserve the right for each academy to determine a value for money of the arrangement for their circumstance.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)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 the 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 in 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, and,
— Water Leak detection systems.
The contractor will be responsible for ensuring Compliance with the equipment/systems for which they are responsible and issuing the associated documentation to the Academy/Trust.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Initial Fixed Price 3 Year Contract with an option to renew for a further 3 years subject to satisfactory performance.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenderswebsite at:
— http://www.myTenders.org/Search/Search_Switch.aspx?ID=206199.
(MT Ref:206199).
VI.4.1)Review body
Suite 3 Corner House Offices, High Street
Cranbrook
TN17 3HE
United Kingdom
Telephone: +44 1580715531Internet address:www.rmandcconsultants.co.uk
VI.5)Date of dispatch of this notice:
Read More
Property Management Contract Widnes
Facilities Management Tender Manchester
Total Facilities Management Services Contract Oxfordshire and Surrey
Tender for Computer Assisted Facilities Management System
University of Durham Facilities Management Contract