Tender

First Federation - PPM Servicing

  • First Federation Trust

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-019229

Procurement identifier (OCID): ocds-h6vhtk-06618e

Published 3 March 2026, 6:00pm



Scope

Reference

FFT01.56

Description

The proposed contract will be for the provision of planned preventative maintenance services (“PPM”) to the Trust. 2. The proposed contract will encompass delivering the following as part of the PPM servicing: a. Statutory compliance maintenance and planned preventative maintenance b. Reactive maintenance. c. Provision of technical support and management of all specialist contracts and subcontracts as part of this Contract. d. Provision of 24-hour operations support.

Total value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2026 to 31 August 2029
  • Possible extension to 31 August 2031
  • 5 years

Description of possible extension:

Two further 1 year extensions in 12 month intervals (3+1+1)

Options

The right to additional purchases while the contract is valid.

The following are additional services in addition to the statutory testing and servicing. The contract value includes the potential for this additional spend over the full term of the contract Remedial Works - potential of £200k per year New Schools may join the Trust or the Contract during the term of the contract; therefore, a contract variation may be required. - potential of £300k added in for growth The quantities requiring servicing and maintenance may be amended during the course of the contract, either additions or subtractions. Additional activities to existing items may be required

Main procurement category

Services

Additional procurement category

Works

CPV classifications

  • 50000000 - Repair and maintenance services
  • 35110000 - Firefighting, rescue and safety equipment
  • 45000000 - Construction work
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50750000 - Lift-maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71620000 - Analysis services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 79993000 - Building and facilities management services
  • 90700000 - Environmental services

Contract locations

  • UKK - South West (England)

Participation

Legal and financial capacity conditions of participation

Due diligence checks will be undertaken to determine a Tenderer’s financial standing. This will incorporate credit checks and a financial appraisal. To constitute a pass, tenderers must: a) Complete a credit check & financial appraisal. No outstanding CCJ’s or bankruptcy must be shown. a) A minimum average annual turnover over the past two years of 1.5 times the Annual Contract Value. Any answers which lead the Trust, acting reasonably, to conclude, considering the risk that the relevant answer suggests about the Tenderer’s ability to properly perform the specification, then the Tenderer may be rejected. Insurances a. Employer’s (Compulsory) Liability Insurance = [£10m] b. Public Liability Insurance = [£10m] c. Professional Indemnity Insurance = [£5m]

Technical ability conditions of participation

Provide details of up to three and at least one contract to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in the public sector for a multi site and multi discipline servicing contract. To constitute a pass, the contract example(s) provided shall be relevant to the requirement, with a sufficient level of detail that provides confidence in the Tenderer’s established past experience in similar and relevant projects/contracts.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

20 April 2026, 12:00am

Tender submission deadline

20 April 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 June 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 January 2031


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Total Annual Service Cost Cost 30.0%
Contractor Responsibility & Service Delivery Model Quality 15%
Management of Service Quality 15%
Statutory Compliance Service Quality 10.0%
Reactive Works Labour Rates - Total Average Price 7.5%
Case Study Quality 5.0%
Repairs & Maintenance Outside of Service Contract Requirements Quality 5.0%
Reactive Repairs & Emergency Service Quality 5.0%
Additional Professional Services Support Quality 2.5%
Contract Mobilisation & Risk Management Quality 2.5%
Reactive Works Material Markup - Total Average Price 2.5%

Other information

Payment terms

The Contractor shall submit monthly invoices electronically Invoices shall be submitted monthly in arrears in a single consolidated statement covering all sites. Each invoice must include: Contract reference and purchase order number. Site name, UPRN (if provided), and work order reference. Itemised breakdown of services delivered. Signed service sheets and/or certificates; and Open-book cost summary for all quoted works.

Description of risks to contract performance

Compliance and Legal Risks Failure to meet statutory obligations (e.g. fire safety, gas safety, electrical testing) can lead to legal penalties, closure of facilities, or even criminal liability for trustees or officers. Contractor Performance Risks Poor service delivery (e.g. missed inspections, substandard repairs) can lead to unsafe environments and reputational damage. Lack of contractor oversight or weak KPIs can result in unnoticed underperformance. Contractor insolvency or withdrawal can disrupt essential services and require emergency procurement. Financial Risks Cost overruns due to poor scoping, inflation, or unexpected repairs. Lack of value for money if the contract is not benchmarked or competitively tendered. Budget misalignment if servicing costs exceed allocated funds, impacting other areas of the trust’s operations. Governance and Oversight Risks Weak internal controls or lack of internal scrutiny (as required by the Academy Trust Handbook) can allow issues to go undetected. Operational and Educational Impact Disruption to teaching and learning if facilities are not maintained to a safe and functional standard. Health and safety incidents due to neglected statutory checks (e.g. legionella, asbestos). Loss of stakeholder trust (parents, staff, Ofsted) if the school environment is compromised.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

The justification is that the requirements are not complex or niche and the Contracting Authority already has an understanding of what they want the service to deliver and the market is known.


Contracting authority

First Federation Trust

  • Public Procurement Organisation Number: PVCJ-5187-QCLL

Blackpool C Of E Primary School,

Liverton, Newton Abbot,

TQ12 6JB

United Kingdom

Region: UKK43 - Devon CC

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

PHP Law LLP

Summary of their role in this procurement: Procurement Consultant

  • Public Procurement Organisation Number: PPRM-9434-VNYQ

Unit 3 The Brutus Centre Station Road Totnes

Totnes

TQ9 5RW

United Kingdom

Contact name: Claire Jones

Email: claire.jones@phplaw.co.uk

Region: UKK43 - Devon CC


Contact organisation

Contact PHP Law LLP for any enquiries.