Tender

Academy Transformation Trust - Total Facilities Management Solution

  • Academy Transformation Trust

F02: Contract notice

Notice identifier: 2021/S 000-006952

Procurement identifier (OCID): ocds-h6vhtk-0290f0

Published 6 April 2021, 9:16am



Section one: Contracting authority

one.1) Name and addresses

Academy Transformation Trust

Unit 4, Second Floor Emmanuel Court, Reddicroft

Sutton Coldfield

B73 6AZ

Email

tendersatt@procure4.com

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

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