Tender

Planned Preventative Maintenance and Statutory Compliance

  • The David Ross Education Trust

F02: Contract notice

Notice identifier: 2024/S 000-003450

Procurement identifier (OCID): ocds-h6vhtk-043693

Published 1 February 2024, 8:12pm



Section one: Contracting authority

one.1) Name and addresses

The David Ross Education Trust

Thorpe Hill

Loughborough

LE11 4SQ

Contact

Joanna Bailey

Email

procurement@dret.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://in-tendhost.co.uk/dret

Buyer's address

www.dret.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/dret

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

Planned Preventative Maintenance and Statutory Compliance

Reference number

DRET_P0027

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The David Ross Education Trust (DRET) is seeking to procure a supplier to manage the provision of mechanical, electrical and public health Planned Preventative Maintenance and Statutory Compliance services as well as Reactive Maintenance across its network of Academies. The provision includes annual statutory inspections, maintenance and repairs. The contract will be in place for up to 3 years with an option to extend for a further year at the discretion of the parties.The contract will consist of 4 lots, covering Yorkshire, Lincolnshire, Leicestershire and Northamptonshire, and London.

two.1.5) Estimated total value

Value excluding VAT: £4,267,500

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Suppliers may bid for up to 3 lots including lot 4. Suppliers will be awarded based on most advantageous tender for that lot.

two.2) Description

two.2.1) Title

Lot 1 - Yorkshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

4 Academies listed in tender documents

two.2.4) Description of the procurement

The provision of mechanical, electrical and public health Planned Preventative Maintenance and Statutory Compliance services as well as Reactive Maintenance across the Trusts Academies in the Yorkshire and Humber region.

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: £484,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 1 further year.

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

Lot 2 - Lincolnshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF3 - Lincolnshire

two.2.4) Description of the procurement

The provision of mechanical, electrical and public health Planned Preventative Maintenance and Statutory Compliance services as well as Reactive Maintenance across the Trusts Academies in the Lincolnshire region.

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: £1,612,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 1 year

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

Lot 3 - Leicestershire and Northamptonshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

The provision of mechanical, electrical and public health Planned Preventative Maintenance and Statutory Compliance services as well as Reactive Maintenance across the Trusts Academies in the Leicestershire & Northamptonshire region.

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: £1,662,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 1 year

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

Lot 4 - London

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The provision of mechanical, electrical and public health Planned Preventative Maintenance and Statutory Compliance services as well as Reactive Maintenance across the Trusts Academies in the London region.

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: £508,400

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

Option to renew for 1 year

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 documents

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

See tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

1 March 2024

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 March 2024

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: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement, Review Service, Cabinet Office

London

Email

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.This period allows unsuccessful tenderers to seek further debriefing from the authority before a contract is entered into Such additional information should be sought from the contact named in this notice.