Opportunity

Unity Schools Partnership - Planned and Preventative Maintenance

  • Unity Schools Partnership

F02: Contract notice

Notice reference: 2023/S 000-008090

Published 20 March 2023, 8:32pm



Section one: Contracting authority

one.1) Name and addresses

Unity Schools Partnership

Unity Schools Partnership Offices, Park Road

Haverhill

CB9 7YD

Contact

Ben Jones

Email

tenders@minervapcs.com

Telephone

+44 1256467107

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

https://www.unitysp.co.uk/

one.3) Communication

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

https://in-tendhost.co.uk/minervapcs/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/minervapcs/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Education Institute

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Unity Schools Partnership - Planned and Preventative Maintenance

Reference number

MPN-10253

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance for the 32 schools and 1 Head Office building in the Trust.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.The deadline for SQ submissions via the In-Tend system is 17:00 on 18 April 2023The deadline for ITT submissions via the In-Tend system will be 17:00 on 16 June 2023

two.1.5) Estimated total value

Value excluding VAT: £1,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

The Trust has 32 sites plus the Head Office. Details of locations can be found here: bit.ly/42sXmYc or on the Trust website.

two.2.4) Description of the procurement

Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance services.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.Unity Schools Partnership require a Contractor to undertake the Planned and Preventative Maintenance (PPM) services and Reactive Maintenance (RM) in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust’s staff and pupils, the local community and to provide an inviting environment for visitors.The Contractor will be responsible for the provision of skilled engineers and service personnel, to provide an efficient and timely PPM & RM service. They will need to ensure that curriculum used areas are safe and fit for purpose and that all other areas are kept in accordance with the service set out in this Specification and reflect well on the Trust.The Trust is looking to reduce costs while ensuring adherence to all compliance requirements, creating improvements to the quality of the site and demonstrating systems that are simple to use for site staff to carry out their duties effectively. Thus, enabling senior Trust staff to be able to easily monitor compliance and quality of the site. The Contractor should keep abreast of the needs of the Trust, statutory obligations and ensure that they are providing strategic advice and support for the premises management to be more effective and efficient and to achieve a greater percentage of right first-time fixes.The Trust is seeking a Contractor that will utilise technology to deliver service excellence for areas such as (but not limited to):• Real-time Reporting for school and the Trust central team• Works Scheduling • Compliance document repository• Quotes / job tracking • Job Status and activity tracking• Dedicated helpdesk and triage• KPI monitoring

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: £1,100,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contract will be awarded for an initial period of three years with two possible extensions of 12 months each meaning a maximum contract length of five years.

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

The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.


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.1.8) 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

19 April 2023

Local time

5:00pm

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

9 May 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: Yes

Estimated timing for further notices to be published: Further notices will be published in 2025, 2026 or 2027 based on the exercising of the optional contract extensions

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Unity Schools Partnership will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)

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

High Court

Strand

London

WC2A 2LL

Country

United Kingdom