Section one: Contracting authority
one.1) Name and addresses
Academies Enterprise Trust
183 Eversholt Street, London
London
NW1 1UB
Contact
Clive Hammond
chammond@academiesenterprisetrust.org
Telephone
+44 7900827152
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
http://www.academiesenterprisetrust.org
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Tender for the Provision of Schools Lettings Support and Services
Reference number
T175/2022
two.1.2) Main CPV code
- 72260000 - Software-related services
two.1.3) Type of contract
Services
two.1.4) Short description
We are seeking to procure a partner to provide our schools as detailed in the tender document with a lettings solution for the community use of our facilities outside of school hours. The tender is split into 2 lots. Lot 1 is for the provision of a booking system and payments collection system and lot 2 is the booking and payments collections along with a marketing service to maximise income levels for the school.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Provision of Lettings Bookings and payments solution
Lot No
1
two.2.2) Additional CPV code(s)
- 72260000 - Software-related services
- 92600000 - Sporting services
- 48100000 - Industry specific software package
- 48400000 - Business transaction and personal business software package
- 48900000 - Miscellaneous software package and computer systems
- 79900000 - Miscellaneous business and business-related services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
- UKH3 - Essex
- UKI - London
- UKI7 - Outer London – West and North West
- UKJ - South East (England)
- UKJ3 - Hampshire and Isle of Wight
- UKK - South West (England)
Main site or place of performance
to our schools located in England as listed in the tender
two.2.4) Description of the procurement
We are seeking to procure a partner to provide our schools as detailed in the tender document with a lettings solution for the community use of our facilities outside of school hours. The tender is split into 2 lots. Lot 1 is for the provision of a booking system and payments collection system
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 September 2022
End date
31 August 2025
This contract is subject to renewal
Yes
Description of renewals
renewals will be at the discretion of the trust and will be for period of 12 months with the option to further extend by a further 12 months up to a maximum period of 31 August 2027
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Provision of Lettings Bookings,Payments and Marketing Service
Lot No
2
two.2.2) Additional CPV code(s)
- 72260000 - Software-related services
- 92600000 - Sporting services
- 48100000 - Industry specific software package
- 48400000 - Business transaction and personal business software package
- 48900000 - Miscellaneous software package and computer systems
- 79900000 - Miscellaneous business and business-related services
- 98300000 - Miscellaneous services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
- UKH3 - Essex
- UKI - London
- UKI5 - Outer London – East and North East
- UKI7 - Outer London – West and North West
- UKJ - South East (England)
- UKJ3 - Hampshire and Isle of Wight
- UKK - South West (England)
Main site or place of performance
to our schools as detailed in the tender
two.2.4) Description of the procurement
We are seeking to procure a partner to provide our schools as detailed in the tender document with a lettings solution for the community use of our facilities outside of school hours. The tender is split into 2 lots. Lot 2 is the booking and payments collections along with a marketing service to maximise income levels for the school.
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 September 2022
End date
31 August 2023
This contract is subject to renewal
Yes
Description of renewals
renewal will be at the discretion of the trust and will be for a period of 12 months with the further option to extend for a further 12 months up to a maximum date of 31 August 2027
two.2.10) Information about variants
Variants will be accepted: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See tender document
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
as detailed in tender and specification
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
24 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2022
Local time
12:00pm
Place
tenders will be opened via the mytenders portal
Information about authorised persons and opening procedure
Tenders will be opened via the mytenders portal by the Head of Procurement
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=225143.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:225143)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit