Section one: Contracting authority
one.1) Name and addresses
Academies for Character & Excellence
Pathfields
Totnes
TQ9 5TZ
Contact
Sam Ward
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.acexcellence.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
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
Academies for Character & Excellence - Provision of Legionella Control & Risk Management Services
two.1.2) Main CPV code
- 90711100 - Risk or hazard assessment other than for construction
two.1.3) Type of contract
Services
two.1.4) Short description
The current contractor is Rock Compliance, and the contract SLAs end on the 31st August 2025.
The proposed contract will be for the outsourced provision of Legionella Control and Risk Management Services, which will encompass delivering the following services to the Trust:
a. Risk Assessments
b. Servicing
c. Remedials
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Somerset
Lot No
1
two.2.2) Additional CPV code(s)
- 90711100 - Risk or hazard assessment other than for construction
- 24962000 - Water-treatment chemicals
- 50324200 - Preventive maintenance services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
- UKK43 - Devon CC
Main site or place of performance
Somerset schools
two.2.4) Description of the procurement
This contract is for the management and provision of water hygiene services. The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.
As a result of this tender process, the Trust intends to appoint a Contractor to provide a high-quality service that is flexible and will deliver compliance and value for money for the Trust.
Schools in Lot 1:
Ashill Community Primary School
Buckland St Mary Church of England Primary School
Castle Cary Community Primary School
Hatch Beauchamp Church of England Primary School
Holy Trinity Church of England Primary School
Winsham Primary School
Stockland Church of England Primary Academy
Baltonsborough Primary School
Stoberry Park Primary School
Milborne Port Primary 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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option of 2 further one year extensions (3+1+1)
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
All Schools
Lot No
3
two.2.2) Additional CPV code(s)
- 90711100 - Risk or hazard assessment other than for construction
- 24962000 - Water-treatment chemicals
- 50324200 - Preventive maintenance services
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
Main site or place of performance
All Schools
two.2.4) Description of the procurement
This contract is for the management and provision of water hygiene services to the school sites included in this tender opportunity
The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.
As a result of this tender process, the Trust intends to appoint a Contractor to provide a high-quality service that is flexible and will deliver compliance and value for money for the Trust.
Schools in Lot 3:
Ashill Community Primary School
Buckland St Mary Church of England Primary School
Castle Cary Community Primary School
Hatch Beauchamp Church of England Primary School
Holy Trinity Church of England Primary School
Winsham Primary School
Stockland Church of England Primary Academy
Baltonsborough Primary School
Stoberry Park Primary School
Milborne Port Primary School
Berry Pomeroy Parochial CofE Primary School
Brixham Church of England Primary School
Collaton St Mary Church of England Primary School
Galmpton Church of England Primary School
Newtown Primary School
Shaldon Primary School
St Gabriel's CofE Primary School
Torre Church of England Academy
Totnes St John's Church of England Primary School
Trinity CofE Primary and Nursery 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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option of 2 further one year extensions (3+1+1)
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
Devon & Torbay
Lot No
2
two.2.2) Additional CPV code(s)
- 90711100 - Risk or hazard assessment other than for construction
- 24962000 - Water-treatment chemicals
- 50324200 - Preventive maintenance services
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
Main site or place of performance
Devon & Torbay Schools
TQ5 5TZ
two.2.4) Description of the procurement
This contract is for the management and provision of water hygiene services
The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.
As a result of this tender process, the Trust intends to appoint a Contractor to provide a high-quality service that is flexible and will deliver compliance and value for money for the Trust.
Lot 2 schools:
Berry Pomeroy Parochial CofE Primary School
Brixham Church of England Primary School
Collaton St Mary Church of England Primary School
Galmpton Church of England Primary School
Newtown Primary School
Shaldon Primary School
St Gabriel's CofE Primary School
Torre Church of England Academy
Totnes St John's Church of England Primary School
Trinity CofE Primary and Nursery 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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option of 2 further one year extensions (3+1+1)
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.1.2) 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
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
27 March 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract Value
Estimate of GBP 150,000 for servicing and an allowance of GBP 250,000 for remedial works
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=233827.
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:233827)
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
six.4.2) Body responsible for mediation procedures
Academies for Character & Excellence
Pathfields
Totnes
TQ9 5TZ
Country
United Kingdom
Internet address
https://www.acexcellence.co.uk
six.4.4) Service from which information about the review procedure may be obtained
Academies for Character & Excellence
Pathfields
Totnes
TQ9 5TZ
Country
United Kingdom