Tender

Leigh Academies Trust ~ Tender for Building and Maintenance Services

  • Leigh Academies Trust

F02: Contract notice

Notice identifier: 2023/S 000-007692

Procurement identifier (OCID): ocds-h6vhtk-03b373

Published 16 March 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Leigh Academies Trust

Carnation Road, Strood, Rochester

Kent

ME2 2SX

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

https://leighacademiestrust.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/

Additional information can be obtained from the above-mentioned address

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

Leigh Academies Trust ~ Tender for Building and Maintenance Services

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The Trust is looking for a trusted partner, who will self-deliver all of the Hard services, to include Maintenance and PPM planning and reactive works. There will also be opportunity for the preferred supplier to support the Trust on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract.

Please see below links to access each of the SQs for each Lot. Please note that bidders will be required to submit a separate SQ response for each of the Lots they are interested in:

Lot 1: https://litmustms.co.uk/respond/CT26N9VK9P

Lot 2: https://litmustms.co.uk/respond/8N6M5K8W8H

Lot 3: https://litmustms.co.uk/respond/S76R299PB8

Lot 4: https://litmustms.co.uk/respond/6724W77BGD

Lot 5: https://litmustms.co.uk/respond/7ZYBSJ93Y6

Lot 6: https://litmustms.co.uk/respond/3B3Z72G2X5

Lot 7: https://litmustms.co.uk/respond/Q82B3XZK44

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

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

Leigh Academies Trust Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Lot 1 is for bidding on all lots and services

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: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/CT26N9VK9P

two.2) Description

two.2.1) Title

Lot 2: Heating, Ventilation and Air Conditioning

Lot No

2

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Heating, Ventilation and Air Conditioning

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: £475,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Lot 3: Fire Safety, alarms and extinguishers

Lot No

3

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Fire Safety, alarms and extinguishers

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: £575,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Lot 4: Security access control intruder alarms, Red Care and CCTV

Lot No

4

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Lot 4: Security access control intruder alarms, Red Care and CCTV

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: £425,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting

Lot No

5

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting

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: £350,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Lot 6: Lifts, Hoists and Mansafe

Lot No

6

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

Lot 6: Lifts, Hoists and Mansafe

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: £210,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Lot 7: L8 and Water Quality

Lot No

7

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

L8 and Water Quality

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: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2028

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: 10

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: Yes

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

Accelerated procedure

Justification:

Contract starts September 2023

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

6 April 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 April 2023

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Kent:-Facilities-management-services./CT26N9VK9P" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Kent:-Facilities-management-services./CT26N9VK9P

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/CT26N9VK9P" target="_blank">https://litmustms.co.uk/respond/CT26N9VK9P

GO Reference: GO-2023316-PRO-22332490

six.4) Procedures for review

six.4.1) Review body

Leigh Academies Trust

Kent

Country

United Kingdom