Construction Tenders

Tue May 07 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 4

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-04558a
Common Procurement VocabularyMechanical and electrical engineering services
Procurement MethodOpen procedure
Value-
More Tenders »

East of England

Category Services

Type

No. of Lots 4

Status Active

Published 26th Apr 2024

Tender Details
Referenceocds-h6vhtk-04558a
Common Procurement VocabularyMechanical and electrical engineering services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Eko Trust

Eko Hub, c/o Pathways School

Barking

IG11 0HZ

Email

Karis.Lucano-Jones [at] thecpc.ac.uk

Telephone

+44 1473726027

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.ekotrust.org.uk

Buyer's address

https://www.ekotrust.org.uk

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:

Eko Trust

Eko Hub, c/o Pathways School

Barking

IG11 0HZ

Email

Karis.Lucano-Jones [at] thecpc.ac.uk

Telephone

+44 1473726027

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://www.ekotrust.org.uk

Buyer's address

https://www.ekotrust.org.uk

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned 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

Eko Trust - M&E Maintenance & Compliance Services

Reference number

CA13988 -

II.1.2) Main CPV code

  • 71334000 - Mechanical and electrical engineering services

II.1.3) Type of contract

Services

II.1.4) Short description

Eko Trust requires an external service provider(s) to deliver it's M&E Maintenance & Compliance Services requirements. Further information on the Trust's requirements can be found within the ITT and supporting documentation. Please note, a further Primary School will join this contract once it's PFI contract ends in 2027.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

II.2.1) Title

Suffolk Region

Lot No

1

II.2.2) Additional CPV code(s)

  • 50324200 - Preventive maintenance services
  • 71333000 - Mechanical engineering services
  • 71314100 - Electrical services
  • 50000000 - Repair and maintenance services
  • 71334000 - Mechanical and electrical engineering services

II.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Suffolk

II.2.4) Description of the procurement

Suffolk Region lot to provide M&E Maintenance and Compliance Services to Rushmere Hall and Ravenswood Schools. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.

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.2.10) 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 2x12 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

II.2) Description

II.2.1) Title

London Region

Lot No

2

II.2.2) Additional CPV code(s)

  • 71333000 - Mechanical engineering services
  • 71314100 - Electrical services
  • 71334000 - Mechanical and electrical engineering services
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

II.2.4) Description of the procurement

London Region lot to provide M&E Maintenance and Compliance Services to Eko Pathways, Pathways School, Earlham Primary School, Gainsborough Primary School, Hackney New Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.

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.2.10) 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 2x12 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

II.2) Description

II.2.1) Title

Brighton Region

Lot No

3

II.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services
  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 71333000 - Mechanical engineering services
  • 71314100 - Electrical services

II.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
Main site or place of performance

Brighton

II.2.4) Description of the procurement

Brighton Region lot to provide M&E Maintenance and Compliance Services to Benfield Primary School and Hangleton Primary School. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.

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.2.10) 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 2x12 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

II.2) Description

II.2.1) Title

All Sites

Lot No

4

II.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 71314100 - Electrical services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

II.2.4) Description of the procurement

All Sites lot to provide M&E Maintenance and Compliance Services to all sites within Eko Trust. The Trust will confirm at the start of the standstill whether sites will be awarded regionally under lots 1-3 or jointly under lot 4.

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.2.10) 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 2x12 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 possibly required

As stated within tender documents

Minimum Insurance Levels: £10 million Employers Liability cover, £5m Professional Indemnity, £10 million Public Liability cover and £10 million Product Liability cover.

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 possibly required

As stated within tender documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated within tender documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the 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

28 May 2024

Local time

10:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

28 May 2024

Local time

10:00am


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 Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle [at] tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle [at] tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

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.4.4) Service from which information about the review procedure may be obtained

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle [at] tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom