Section one: Contracting authority
one.1) Name and addresses
Unity Schools Partnership
Unity Schools Partnership Offices, Park Road
Haverhill
CB9 7YD
Contact
Ben Jones
Telephone
+44 1256467107
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
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