Section one: Contracting authority
one.1) Name and addresses
Tudor Grange Academies Trust
Tudor Grange Academy, Dingle Lane, Solihull
West Midlands
B91 3PD
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/7328E43667
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tudor Grange Academies Trust ~ FM Tender
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Supplier will be required to provide Facilities Management services for Tudor Grange Academies Trust. Please see SQ Document for site addresses.
two.1.5) Estimated total value
Value excluding VAT: £14,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The Tudor Grange Academies Trust comprises of 12 Academies across Worcestershire, West Midlands, and Leicestershire.
The portfolio includes 6 Primary, 5 secondary and 1 all through Academy, with over 460 teachers and 7600+ pupils.
The Trust has 2 further schools joining the portfolio in 2023.
The Tudor Trust vision
Tudor Grange Academies Trust is a family of Academies with a shared ethos, common values and collective goals, which are as follows:
•We are working together in a model of meaningful, focused collaboration to achieve excellence in our schools.
•We are driven by four key values:
•Our children will live ‘Happy, fulfilling lives’
•Outstanding teaching and learning are our core focus
•Outstanding Governance supports our schools
•Leadership and professionalism drive continuous improvement
The Trust is looking for a trusted partner, who will self-deliver all of the core FM services, outsourcing only the specialist areas.
The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which remains compliant at all times.
A summary of the pertinent points of the project are as follows:
•At present the delivery of the FM services of Hard FM, Soft FM, and Helpdesk Services to the estate, are currently outsourced.
•The estate is growing and therefore requires an agile approach
•The full services in scope are:
Management Services
•Minibus Fleet Management
Hard FM - To Include:
•M&E Services
•Planned Preventative Maintenance (PPM)
•Capital Projects Work
•PAT testing
•Fixed Wire Testing
•Lift maintenance
•Reactive maintenance
•Statutory compliance
•Drainage repairs
•Gutter and Gulley cleaning
•BMS maintenance
•Consumables for PPM
•Access control (hardware and software) - Due to an ongoing access control project this will be a separate contract.
Helpdesk/ CAFM Systems:
•Provision and management of a Helpdesk and CAFM system.
Soft Services to include:
•Security
•Daily cleaning programme
•Janitorial Services
•Periodic cleaning
•Event cleaning
•Window Cleaning
•Washroom Consumables
•Feminine Hygiene
•Pest Control inspections and servicing
•Grounds Maintenance (this could sit under Hard FM)
•Tree surveys
The annual contract value is £2.9m to include the reactive works budget.
The contract will commence August 2023 for an initial period of 3 years, with the opportunity to extend for a further period of 2 years at the discretion of the governing body.
See SQ Document for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2028
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
Contract starts 01 August 2023
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 February 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-West-Midlands:-Building-and-facilities-management-services./7328E43667" target="_blank">https://litmustms.co.uk/tenders/UK-UK-West-Midlands:-Building-and-facilities-management-services./7328E43667
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7328E43667" target="_blank">https://litmustms.co.uk/respond/7328E43667
GO Reference: GO-2023110-PRO-21891864
six.4) Procedures for review
six.4.1) Review body
Tudor Grange Academies Trust
West Midlands
Country
United Kingdom