Section one: Contracting authority
one.1) Name and addresses
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
sophie.allen@staracademies.org
Telephone
+44 3303139800
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
sophie.allen@staracademies.org
Telephone
+44 3303139800
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
Fire Alarm Maintenance
Reference number
CA8471 - FWO/2021/FIRE1
two.1.2) Main CPV code
- 79711000 - Alarm-monitoring 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 fire alarm maintenance service across each lot (region).
two.1.5) Estimated total value
Value excluding VAT: £190,000
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)
- 79711000 - Alarm-monitoring services
- 31625200 - Fire-alarm systems
- 45312200 - Burglar-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UKD - NORTH WEST (ENGLAND)
Main site or place of performance
North west
two.2.4) Description of the procurement
North West region includes - 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: £64,500
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:
1. Mandatory Minimum Requirements – these all must be met to progress.
• No exclusions through mandatory or discretionary grounds under Parts 1 and 2
• Minimum £5m insurance held, or commitment to obtain, for the following:
o Employer’s Liability
o Public Liability
o Property Liability
• Relevant Health and Safety accreditation such as:
o ISO18001
o CHAS
o Achilles
o Other suitable Health and Safety Auditor
• Holding of the following company policies:
o Health & Safety
o Environmental
o GDPR
• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.
• LPS1014 certification and/or BAFE SP203 certificate of maintenance competence.
2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.
• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.
• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.
Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.
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)
- 79711000 - Alarm-monitoring services
- 31625200 - Fire-alarm systems
- 45312100 - Fire-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
West Yorkshire
two.2.4) Description of the procurement
West Yorkshire includes - 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: £42,000
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:
1. Mandatory Minimum Requirements – these all must be met to progress.
• No exclusions through mandatory or discretionary grounds under Parts 1 and 2
• Minimum £5m insurance held, or commitment to obtain, for the following:
o Employer’s Liability
o Public Liability
o Property Liability
• Relevant Health and Safety accreditation such as:
o ISO18001
o CHAS
o Achilles
o Other suitable Health and Safety Auditor
• Holding of the following company policies:
o Health & Safety
o Environmental
o GDPR
• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.
• LPS1014 certification and/or BAFE SP203 certificate of maintenance competence.
2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.
• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.
• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.
Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.
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)
- 45312100 - Fire-alarm system installation work
- 79711000 - Alarm-monitoring services
- 31625200 - Fire-alarm systems
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance
West Midlands
two.2.4) Description of the procurement
West Midlands includes 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: £64,500
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:
1. Mandatory Minimum Requirements – these all must be met to progress.
• No exclusions through mandatory or discretionary grounds under Parts 1 and 2
• Minimum £5m insurance held, or commitment to obtain, for the following:
o Employer’s Liability
o Public Liability
o Property Liability
• Relevant Health and Safety accreditation such as:
o ISO18001
o CHAS
o Achilles
o Other suitable Health and Safety Auditor
• Holding of the following company policies:
o Health & Safety
o Environmental
o GDPR
• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.
• LPS1014 certification and/or BAFE SP203 certificate of maintenance competence.
2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.
• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.
• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.
Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.
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)
- 31625200 - Fire-alarm systems
- 45312100 - Fire-alarm system installation work
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
Greater London
two.2.4) Description of the procurement
London Includes 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: £19,000
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:
1. Mandatory Minimum Requirements – these all must be met to progress.
• No exclusions through mandatory or discretionary grounds under Parts 1 and 2
• Minimum £5m insurance held, or commitment to obtain, for the following:
o Employer’s Liability
o Public Liability
o Property Liability
• Relevant Health and Safety accreditation such as:
o ISO18001
o CHAS
o Achilles
o Other suitable Health and Safety Auditor
• Holding of the following company policies:
o Health & Safety
o Environmental
o GDPR
• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.
• LPS1014 certification and/or BAFE SP203 certificate of maintenance competence.
2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.
• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.
• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.
Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.
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
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
16 April 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: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
sophie.allen@staracademies.org
Telephone
+44 7860132731
Country
United Kingdom