Notice Information
Notice Title
London South East Colleges (LSEC) Facilities Management Contracts
Notice Description
Bromley College of Further and Higher Education T/A London South East Colleges (LSEC) are a leading educational provider in South East England, supporting further and higher education. The Contracts will relate to Planned Preventative Maintenance, Statutory Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects across a range of Facilities Management workstreams. LSEC is part of a wider Education Group including LASER and LSEAT. As such, LSEC reserve the right to include assets from the wider group within this Contract, if required.
Lot Information
Fire Safety Contract
LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP215000.00 to GBP245000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Fire systems, Fire Safety Equipment & Services, including but not limited to Fire Doors, Dampers, Ansul, Sprinklers.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Security ContractLSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP35000.00 to GBP40000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Security (Intruder alarms, CCTV, Access Control, including but not limited to Automatic Gates, Barriers, Turnstiles & Doors.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Vertical Transport / Lifts ContractLSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP55000.00 to GBP70000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Lift systems Lifts, Platforms & Hoists (Passenger & Non-passenger) including but not limited to Specialist Seating Equipment & Services, evacuation items.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Water Compliance ContractLSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP120000.00 to GBP135000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to HWS & CWS Equipment & Services, including but not limited to Safe Water provision, infrastructure and equipment.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Mechanical Systems ContractLSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP180000.00 to GBP195000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Heating, Ventilation, Air Conditioning & Air-Cooling, Gas Safety and General Air Quality Testing & Monitoring Services Drainage (above & below ground) included but not limited to Mechanical Equipment and BMS systems.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Electrical SystemsLSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP520000.00 to GBP570000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Emergency Lighting, General Lighting, Lightening Protection Equipment, Fixed Wire Testing, Portable Appliance Testing, Distribution boards service, , Transformers, including but not limited to electrical infrastructure and related fixed electrical equipment.
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Building Services ContractLSEC were looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP70000.00 to GBP85000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Roofing, Glazing, Carpentry, Decoration/Re-decoration, Flooring/Re-Flooring, Ceilings, Ceiling Tiles, Plumbing & Drainage (internal & external) Internal & External Walls, Partitions, Fabric Repairs. Playground equipment/Gymnasium equipment. Health & Safety Equipment including Working at Height Safety equipment Life Safety Systems, (including ladders, access ladders & man-safe systems).
Renewal: It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040d40
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067015-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31625200 - Fire-alarm systems
45232430 - Water-treatment work
45261910 - Roof repair
45422000 - Carpentry installation work
45440000 - Painting and glazing work
50116100 - Electrical-system repair services
50413200 - Repair and maintenance services of firefighting equipment
50610000 - Repair and maintenance services of security equipment
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
50720000 - Repair and maintenance services of central heating
50750000 - Lift-maintenance services
50870000 - Repair and maintenance services of playground equipment
71314100 - Electrical services
79993000 - Building and facilities management services
79993100 - Facilities management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £7,530,000 £1M-£10M
Notice Dates
- Publication Date
- 21 Oct 20254 months ago
- Submission Deadline
- 25 Nov 2024Expired
- Future Notice Date
- 4 Dec 2023Expired
- Award Date
- 14 Aug 20256 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BROMLEY COLLEGE OF FURTHER AND HIGHER EDUCATION T/A LONDON SOUTH EAST COLLEGES
- Additional Buyers
LONDON AND SOUTH EAST EDUCATION GROUP (LASEEG)
- Contact Name
- Not specified
- Contact Email
- procurement@effefftee.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BROMLEY
- Postcode
- BR2 8HE
- Post Town
- Bromley
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI6 Outer London - South
- Small Region (ITL 3)
- TLI61 Bromley
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Bromley
- Electoral Ward
- Bromley Common & Holwood
- Westminster Constituency
- Bromley and Biggin Hill
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-040d40-2025-10-21T11:05:48+01:00",
"date": "2025-10-21T11:05:48+01:00",
"ocid": "ocds-h6vhtk-040d40",
"description": "The indicative value of the Contracts is based upon the maximum term. It is therefore subject to review and not guaranteed. (MT Ref:234464)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-040d40",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "London South East Colleges (LSEC) Facilities Management Contracts",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
"mainProcurementCategory": "services",
"description": "Bromley College of Further and Higher Education T/A London South East Colleges (LSEC) are a leading educational provider in South East England, supporting further and higher education. The Contracts will relate to Planned Preventative Maintenance, Statutory Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects across a range of Facilities Management workstreams. LSEC is part of a wider Education Group including LASER and LSEAT. As such, LSEC reserve the right to include assets from the wider group within this Contract, if required.",
"lots": [
{
"id": "1",
"title": "Fire Safety Contract",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP215000.00 to GBP245000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Fire systems, Fire Safety Equipment & Services, including but not limited to Fire Doors, Dampers, Ansul, Sprinklers.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Security Contract",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP35000.00 to GBP40000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Security (Intruder alarms, CCTV, Access Control, including but not limited to Automatic Gates, Barriers, Turnstiles & Doors.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Vertical Transport / Lifts Contract",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP55000.00 to GBP70000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Lift systems Lifts, Platforms & Hoists (Passenger & Non-passenger) including but not limited to Specialist Seating Equipment & Services, evacuation items.",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Water Compliance Contract",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP120000.00 to GBP135000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to HWS & CWS Equipment & Services, including but not limited to Safe Water provision, infrastructure and equipment.",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Mechanical Systems Contract",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP180000.00 to GBP195000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Heating, Ventilation, Air Conditioning & Air-Cooling, Gas Safety and General Air Quality Testing & Monitoring Services Drainage (above & below ground) included but not limited to Mechanical Equipment and BMS systems.",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "6",
"title": "Electrical Systems",
"description": "LSEC have procured a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP520000.00 to GBP570000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Emergency Lighting, General Lighting, Lightening Protection Equipment, Fixed Wire Testing, Portable Appliance Testing, Distribution boards service, , Transformers, including but not limited to electrical infrastructure and related fixed electrical equipment.",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "7",
"title": "Building Services Contract",
"description": "LSEC were looking to procure a Contractor for the delivery of their Fire Safety Facilities Management Contract. The estimated annual contract value is circa GBP70000.00 to GBP85000.00. This figure does not take into account annual indexation considerations or VAT. The Contract will relate to Planned Preventative Maintenance, Statutory Compliance, Tests & Inspections, Reactive Maintenance, Remedials & Repairs and potential Improvement Projects. The assets included within the contract include, but are not restricted to Roofing, Glazing, Carpentry, Decoration/Re-decoration, Flooring/Re-Flooring, Ceilings, Ceiling Tiles, Plumbing & Drainage (internal & external) Internal & External Walls, Partitions, Fabric Repairs. Playground equipment/Gymnasium equipment. Health & Safety Equipment including Working at Height Safety equipment Life Safety Systems, (including ladders, access ladders & man-safe systems).",
"awardCriteria": {
"criteria": [
{
"name": "Technical Responses",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "It is intended that the contract will run for a period of three years with the option for renewal, as decided by LSEC, for an extension of a further two years, then a further one year. The maximum duration of the contract is therefore six years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50750000",
"description": "Lift-maintenance services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232430",
"description": "Water-treatment work"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50720000",
"description": "Repair and maintenance services of central heating"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "50116100",
"description": "Electrical-system repair services"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "79993100",
"description": "Facilities management services"
},
{
"scheme": "CPV",
"id": "45422000",
"description": "Carpentry installation work"
},
{
"scheme": "CPV",
"id": "45261910",
"description": "Roof repair"
},
{
"scheme": "CPV",
"id": "50870000",
"description": "Repair and maintenance services of playground equipment"
},
{
"scheme": "CPV",
"id": "45440000",
"description": "Painting and glazing work"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"relatedLot": "7"
}
],
"communication": {
"futureNoticeDate": "2023-12-04T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.mytenders.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to Procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-11-25T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2024-11-25T12:00:00Z"
},
"bidOpening": {
"date": "2024-11-25T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "The Contracting Authority will observe a standstill period following the award of the Contracts and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015."
},
"parties": [
{
"id": "GB-FTS-87844",
"name": "London and South East Education Group (LASEEG)",
"identifier": {
"legalName": "London and South East Education Group (LASEEG)"
},
"address": {
"locality": "Bromley",
"region": "UK",
"postalCode": "BR2 8HE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@effefftee.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.laseeg.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-87845",
"name": "London South East Colleges",
"identifier": {
"legalName": "London South East Colleges"
},
"address": {
"locality": "Bromley",
"region": "UK",
"postalCode": "BR2 8HE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@effefftee.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lsec.ac.uk/"
}
},
{
"id": "GB-FTS-87846",
"name": "London South East Academies Trust",
"identifier": {
"legalName": "London South East Academies Trust"
},
"address": {
"locality": "Bromley",
"region": "UK",
"postalCode": "BR2 8HE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@effefftee.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lsec.ac.uk/lseat"
}
},
{
"id": "GB-FTS-48881",
"name": "Faithorn Farrell Timms",
"identifier": {
"legalName": "Faithorn Farrell Timms"
},
"address": {
"locality": "Orpington",
"region": "UK",
"postalCode": "BR6 0JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Karen Weeks",
"email": "procurement@effefftee.co.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "http://www.effefftee.co.uk"
}
},
{
"id": "GB-FTS-126140",
"name": "Bromley College of Further and Higher Education T/A London South East Colleges",
"identifier": {
"legalName": "Bromley College of Further and Higher Education T/A London South East Colleges"
},
"address": {
"locality": "Bromley",
"region": "UK",
"postalCode": "BR2 8HE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@effefftee.co.uk",
"url": "https://www.mytenders.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lsec.ac.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-478",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-164404",
"name": "ECS Systems Ltd",
"identifier": {
"legalName": "ECS Systems Ltd"
},
"address": {
"streetAddress": "75 Station Road",
"locality": "Sidcup, kent",
"region": "UKI",
"postalCode": "DA15 7DN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164405",
"name": "Unite Lift Services Ltd",
"identifier": {
"legalName": "Unite Lift Services Ltd"
},
"address": {
"streetAddress": "7 Sherwood House , Walderslade",
"locality": "Walderslade",
"region": "UKJ4",
"postalCode": "ME5 9UD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164406",
"name": "B & M McHugh Ltd",
"identifier": {
"legalName": "B & M McHugh Ltd"
},
"address": {
"streetAddress": "429a Footscray Road",
"locality": "New Eltam",
"region": "UK",
"postalCode": "SE9 3UL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-126140",
"name": "Bromley College of Further and Higher Education T/A London South East Colleges"
},
"language": "en",
"awards": [
{
"id": "067015-2025-1",
"relatedLots": [
"1"
],
"title": "Fire Safety Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164404",
"name": "ECS Systems Ltd"
}
]
},
{
"id": "067015-2025-2",
"relatedLots": [
"2"
],
"title": "Security Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164404",
"name": "ECS Systems Ltd"
}
]
},
{
"id": "067015-2025-3",
"relatedLots": [
"3"
],
"title": "Vertical Transport / Lifts Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164405",
"name": "Unite Lift Services Ltd"
}
]
},
{
"id": "067015-2025-4",
"relatedLots": [
"4"
],
"title": "Water Compliance Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164406",
"name": "B & M McHugh Ltd"
}
]
},
{
"id": "067015-2025-5",
"relatedLots": [
"5"
],
"title": "Mechanical Systems Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164406",
"name": "B & M McHugh Ltd"
}
]
},
{
"id": "067015-2025-6",
"relatedLots": [
"6"
],
"title": "Electrical Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164406",
"name": "B & M McHugh Ltd"
}
]
},
{
"id": "067015-2025-7",
"relatedLots": [
"7"
],
"title": "Building Services Contract",
"status": "unsuccessful",
"statusDetails": "discontinued"
}
],
"contracts": [
{
"id": "067015-2025-1",
"awardID": "067015-2025-1",
"title": "Fire Safety Contract",
"status": "active",
"value": {
"amount": 1470000,
"currency": "GBP"
},
"dateSigned": "2025-10-08T00:00:00+01:00"
},
{
"id": "067015-2025-2",
"awardID": "067015-2025-2",
"title": "Security Contract",
"status": "active",
"value": {
"amount": 240000,
"currency": "GBP"
},
"dateSigned": "2025-10-08T00:00:00+01:00"
},
{
"id": "067015-2025-3",
"awardID": "067015-2025-3",
"title": "Vertical Transport / Lifts Contract",
"status": "active",
"value": {
"amount": 420000,
"currency": "GBP"
},
"dateSigned": "2025-09-17T00:00:00+01:00"
},
{
"id": "067015-2025-4",
"awardID": "067015-2025-4",
"title": "Water Compliance Contract",
"status": "active",
"value": {
"amount": 810000,
"currency": "GBP"
},
"dateSigned": "2025-08-15T00:00:00+01:00"
},
{
"id": "067015-2025-5",
"awardID": "067015-2025-5",
"title": "Mechanical Systems Contract",
"status": "active",
"value": {
"amount": 1170000,
"currency": "GBP"
},
"dateSigned": "2025-08-15T00:00:00+01:00"
},
{
"id": "067015-2025-6",
"awardID": "067015-2025-6",
"title": "Electrical Systems",
"status": "active",
"value": {
"amount": 3420000,
"currency": "GBP"
},
"dateSigned": "2025-08-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 6
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 4
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4",
"value": 6
},
{
"id": "21",
"measure": "bids",
"relatedLot": "5",
"value": 10
},
{
"id": "26",
"measure": "bids",
"relatedLot": "6",
"value": 11
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 5
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 3
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "4",
"value": 5
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "5",
"value": 9
},
{
"id": "27",
"measure": "smeBids",
"relatedLot": "6",
"value": 10
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "28",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 6
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 4
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 6
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 10
},
{
"id": "29",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 11
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 6
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 4
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "4",
"value": 6
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "5",
"value": 10
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "6",
"value": 11
}
]
}
}