Opportunity

Star Academies Gas & Pressure Systems Framework Tender

  • Star Academies

F02: Contract notice

Notice reference: 2021/S 000-003328

Published 19 February 2021, 9:59am



Section one: Contracting authority

one.1) Name and addresses

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Email

matthew.little@staracademies.org

Telephone

+44 3303139116

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

www.staracademies.org

Buyer's address

www.staracademies.org

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

Email

matthew.little@staracademies.org

Telephone

+44 3303139116

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

www.staracademies.org

Buyer's address

www.staracademies.org

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

Email

matthew.little@staracademies.org

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Email

matthew.little@staracademies.org

Country

United Kingdom