Section one: Contracting authority
one.1) Name and addresses
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
NUTS code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
Buyer's address
one.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:
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
NUTS code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
Buyer's address
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
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
Star Academies Gas & Pressure Systems Framework Tender
Reference number
CA8374 - FWO/2021/GAS
two.1.2) Main CPV code
- 50531200 - Gas appliance maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Star Academies are looking to run an FTS (EU) compliant framework tender to appoint up to four suitable suppliers across each lot (region). The suppliers selected will be able to provide a complete gas and pressure systems management service across each lot (region). Whilst the tender will be used as a basis for future works and pricing, the Trust are looking to engage suppliers who will work collaboratively with us and tailor their approach, so that they are able to meet the specific needs of the Trust’s portfolio of assets. This procurement also seeks to ensure that value for money is achieved for the Trust and that the Trust’s gas and pressure systems management is run in an efficient and consistent way across our entire estate.
The framework will run for a period of four years and successful tenderers will remain on the contract for this period subject to performance and company stability (i.e. the company not going into administration).
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.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: 4
two.2) Description
two.2.1) Title
Lot 1 - North West
Lot No
1
two.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UKD - NORTH WEST (ENGLAND)
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Counties Included - Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 8
Objective criteria for choosing the limited number of candidates:
Up to 8 bidders will be invited through to ITT stage. These will be narrowed down to a final four who will be invited onto the framework. The initial selection stage will be comprised of two elements:
1. Minimum Criteria which all suppliers must pass
2. Technical and Experience questions to help score and select the 8 most suitable bidders to be invited to ITT
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
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
Lot 2 - West Yorkshire
Lot No
2
two.2.2) Additional CPV code(s)
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50531200 - Gas appliance maintenance services
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Counties included - Bradford, Calderdale, Kirklees, Leeds, Wakefield
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 8
Objective criteria for choosing the limited number of candidates:
Up to 8 bidders will be invited through to ITT stage. These will be narrowed down to a final four who will be invited onto the framework. The initial selection stage will be comprised of two elements:
1. Minimum Criteria which all suppliers must pass
2. Technical and Experience questions to help score and select the 8 most suitable bidders to be invited to ITT
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
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
Lot 3 - West Midlands
Lot No
3
two.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50531100 - Repair and maintenance services of boilers
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Counties Included - Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £90,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 8
Objective criteria for choosing the limited number of candidates:
Up to 8 bidders will be invited through to ITT stage. These will be narrowed down to a final four who will be invited onto the framework. The initial selection stage will be comprised of two elements:
1. Minimum Criteria which all suppliers must pass
2. Technical and Experience questions to help score and select the 8 most suitable bidders to be invited to ITT
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
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
Lot 4 - London
Lot No
4
two.2.2) Additional CPV code(s)
- 50531100 - Repair and maintenance services of boilers
- 50531200 - Gas appliance maintenance services
- 50413100 - Repair and maintenance services of gas-detection equipment
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
- UKI - LONDON
- UKI5 - Outer London – East and North East
- UKI6 - Outer London – South
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Counties/Boroughs included - Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 8
Objective criteria for choosing the limited number of candidates:
Up to 8 bidders will be invited through to ITT stage. These will be narrowed down to a final four who will be invited onto the framework. The initial selection stage will be comprised of two elements:
1. Minimum Criteria which all suppliers must pass
2. Technical and Experience questions to help score and select the 8 most suitable bidders to be invited to ITT
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
As a minimum requirement copies of gas safe registration for all engineers who attend sites will be required at this stage for verification
three.2.2) Contract performance conditions
SLAs to be defined but initial SLA list for SQ stage includes:
• Yearly schedule of maintenance visits to be provided at the start of all call off contracts.
• Heating failures to be attended to within 1 hour.
• Hot water failures to be attended to within 1 hour.
• Maintenance paperwork to be returned within 5 working days.
• Quotes for repairs to be provided within 7 working days.
• Faults:
o Urgent - to be resolved within 24hrs (impacting on the health & safety of children/staff in the school, i.e. heating faults/hot water faults/leaks)
o Medium - faults to be resolved within 5 working days (works need to be done but not a high risk to the school)
o Low - to be resolved within 14 working days (minor fault with no immediate risk to the school)
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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 March 2021
Local time
12:00pm
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: Yes
Estimated timing for further notices to be published: 48
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Expected that this framework will be retendered at the end of the term (in four years time)
six.4) Procedures for review
six.4.1) Review body
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Country
United Kingdom