Tender

Academies for Character & Excellence - Provision of Fire & Security Servicing & Maintenance

  • Academies for Character & Excellence

F02: Contract notice

Notice identifier: 2025/S 000-006908

Procurement identifier (OCID): ocds-h6vhtk-04e710

Published 21 February 2025, 3:30pm



The closing date and time has been changed to:

22 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Contact

Sam Ward

Email

sam.ward@acexcellence.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.acexcellence.co.uk

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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 Fire & Security Servicing & Maintenance

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contractor will be responsible for delivering the following Fire and Security Servicing to the Trust: which includes the following:

a. Fire Alarms

b. Fire Extinguishers & Hoses

c. Emergency Lighting

d. Access Control

e. CCTV

f. Intruder Alarms

g. Disabled Refuge

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

Devon & Torbay

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35125300 - Security cameras

two.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC
Main site or place of performance

Devon Schools

two.2.4) Description of the procurement

The Contractor will be responsible for delivering the following Fire and Security Servicing to the Trust: which includes the following:

a. Fire Alarms

b. Fire Extinguishers & Hoses

c. Emergency Lighting

d. Access Control

e. CCTV

f. Intruder Alarms

g. Disabled Refuge

Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).

With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:

a. Have the technical and relevant experience to deliver the Fire and Security Servicing provision to the Trust, whilst demonstrating value for money.

b. Appoint a competent person to take managerial control.

c. Maintain a safe and healthy environment on school premises concerning the delivery of the Fire and Security Servicing.

d. Develop a robust scheme for managing, controlling and/or preventing the risk of fire on school premises, ensuring all works are carried out for all sites by a competent person.

e. Implement a system of checks to ensure the effectiveness of the controls and other activities.

f. Ensure all fire systems are maintained in accordance with current guidelines and all maintenance and other such work be undertaken by suitably competent persons.

g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.

h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.

i. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.

j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).

k. Hold records of all relevant activity, retained for a minimum of 5 years.

l. Be responsible for all legal, and health and safety requirements in delivering the services.

Schools in Lot 2:

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

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 1 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)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35125300 - Security cameras

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

The Contractor will be responsible for delivering the following Fire and Security Servicing to the Trust: which includes the following:

a. Fire Alarms

b. Fire Extinguishers & Hoses

c. Emergency Lighting

d. Access Control

e. CCTV

f. Intruder Alarms

g. Disabled Refuge

Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).

With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:

a. Have the technical and relevant experience to deliver the Fire and Security Servicing provision to the Trust, whilst demonstrating value for money.

b. Appoint a competent person to take managerial control.

c. Maintain a safe and healthy environment on school premises concerning the delivery of the Fire and Security Servicing.

d. Develop a robust scheme for managing, controlling and/or preventing the risk of fire on school premises, ensuring all works are carried out for all sites by a competent person.

e. Implement a system of checks to ensure the effectiveness of the controls and other activities.

f. Ensure all fire systems are maintained in accordance with current guidelines and all maintenance and other such work be undertaken by suitably competent persons.

g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.

h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.

i. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.

j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).

k. Hold records of all relevant activity, retained for a minimum of 5 years.

l. Be responsible for all legal, and health and safety requirements in delivering the services.

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

Stockland Church of England Primary Academy

The Hayloft

Winsham 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

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 1 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

Somerset

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35100000 - Emergency and security equipment
  • 35121000 - Security equipment
  • 35125300 - Security cameras

two.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC
Main site or place of performance

Somerset Schools

two.2.4) Description of the procurement

The Contractor will be responsible for delivering the following Fire and Security Servicing to the Trust: which includes the following:

a. Fire Alarms

b. Fire Extinguishers & Hoses

c. Emergency Lighting

d. Access Control

e. CCTV

f. Intruder Alarms

g. Disabled Refuge

Remedial Works (included in contract but the Trust reserve the right to award such works to other Contractors and therefore these works are not guaranteed).

With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:

a. Have the technical and relevant experience to deliver the Fire and Security Servicing provision to the Trust, whilst demonstrating value for money.

b. Appoint a competent person to take managerial control.

c. Maintain a safe and healthy environment on school premises concerning the delivery of the Fire and Security Servicing.

d. Develop a robust scheme for managing, controlling and/or preventing the risk of fire on school premises, ensuring all works are carried out for all sites by a competent person.

e. Implement a system of checks to ensure the effectiveness of the controls and other activities.

f. Ensure all fire systems are maintained in accordance with current guidelines and all maintenance and other such work be undertaken by suitably competent persons.

g. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.

h. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.

i. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.

j. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).

k. Hold records of all relevant activity, retained for a minimum of 5 years.

l. Be responsible for all legal, and health and safety requirements in delivering the services.

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

Stockland Church of England Primary Academy

The Hayloft

Winsham 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 1 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

Originally published as:

Date

10 April 2025

Local time

12:00pm

Changed to:

Date

22 April 2025

Local time

12:00pm

See the change notice.

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

10 April 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Estimate GBP 150,000 for servicing and allowed 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=233856.

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:233856)

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.4.2) Body responsible for mediation procedures

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Email

sam.ward@acexcellence.co.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Email

sam.ward@acexcellence.co.uk

Country

United Kingdom