Section one: Contracting authority
one.1) Name and addresses
Academy Transformation Trust
Unit 4, Second Floor Emmanuel Court, Reddicroft
Sutton Coldfield
B73 6AZ
Telephone
+44 1217947275
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
http://www.academytransformationtrust.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38669
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
http://redirect.transaxions.com/events/A6I6n
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://redirect.transaxions.com/events/A6I6n
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
http://redirect.transaxions.com/events/A6I6n
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Academy Transformation Trust - Total Facilities Management Solution
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The Academy Transformation Trust (‘ATT or Trust’) have 20 academies across their portfolio, with a mix of 10 Primary schools and 10 secondary schools. The successful Supplier will be required to provide facilities management services across all academies.
The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register.
two.1.5) Estimated total value
Value excluding VAT: £7,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50324200 - Preventive maintenance services
- 50000000 - Repair and maintenance services
- 50610000 - Repair and maintenance services of security equipment
- 50750000 - Lift-maintenance services
- 50883000 - Repair and maintenance services of catering equipment
- 50800000 - Miscellaneous repair and maintenance services
- 79710000 - Security services
- 77314000 - Grounds maintenance services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKH - East of England
two.2.4) Description of the procurement
The Requirement
The Academy Transformation Trust (‘ATT or Trust’) have 20 academies across their portfolio, with a mix of 10 Primary schools and 10 secondary schools. The successful Supplier will be required to provide facilities management services across all academies.
The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register,
The following services are included, but not limited to
- Internal Lighting
- Building Maintenance System (BMS)
- External Lighting
- High Level Railing Safety & Maintenance
- Emergency Lighting
- Heating
- Fire Safety Risk Assessments (incl extinguishers, fire alarm & bell testing)
- Air Handling Units (incl ductwork)
- CCTV & Intruder Alarms (incl. key holding & out of hours monitoring)
- Mansafe System
- Automatic Doors & Shutters
- Distribution Board and Consumer Units
- Access Control
- Gas Meters, Detection & Safety Systems (incl. solenoid valves)
- Kitchen/Catering Equipment (incl ductwork)
- Plant Room Maintenance (incl. boilers & flues)
- Lightning Protection
- Heaters & Exchangers (incl. pressure systems & underfloor heating)
- Water Systems Risk Assessments (incl. sampling, legionella, mains and storage)
-Lifts
- Drainage
- Refuse Collection
- Hand Dryers
- PAT Testing
- Science Room Fume Cupboards
- Grounds Maintenance
- Fan Systems
- Site supervision services
The Trust are seeking a suitably experienced contractor who can evidence working within the education sector. The successful contractor will have a proven track record in directly delivering and managing technically demanding Facilities Management services, and already have a strong operational base nationally. This is important to allow for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
TUPE is expected to apply to an onsite, dedicated team. It is anticipated that some of the employees are members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor will be expected to gain Admitted Body Status (ABS) to continue contributing to the scheme. Suitable cover should be provided through a base of Engineers for absence, expected and unexpected. Outside of this, it is expected that the successful Contractor may need to engage the services of specialist sub-contractors, where necessary.
ATT expects to retain elements of maintenance provision which will be delivered by their internal team and the incoming contractor shall be expected to interface effectively with ATT internal teams.
A suitable Computer Aided Faculties Management (CAFM) system is expected to be required.
Further information can be found in the SQ Document.
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: £7,500,000
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
Potential to extend for a further period of two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years. The contract being offered within this tender will be on a guaranteed performance basis.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
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
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 a single operator
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-002441
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 May 2021
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.3) Additional information
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=222465.
(MT Ref:222465)
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