Section one: Contracting authority
one.1) Name and addresses
Priory Learning Trust
Queensway
Weston-super-Mare
BS22 6BP
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
https://www.theplt.org.uk/index.php
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
Priory :Learning Trust ~ FM Services Tender
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust
two.1.5) Estimated total value
Value excluding VAT: £1,450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
The Priory Learning Trust is a Multi Academy Trust (MAT) of both Primary and Secondary Schools.
The successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at the following nine locations within the Trust:
Priory Community School – An Academy, Queensway, Weston-Super-Mare, BS22 6BP
Worle Community School – An Academy, Redwing Drive, Weston-Super-Mare, BS22 8XX
The King Alfred School – An Academy, Burnham Road, Highbridge, TA9 3EE
Castle Batch Primary School Academy, Rawlins Avenue, Worle, Weston-Super-Mare, BS22 7FN
St Anne’s Church Academy (West Wick), 1 Scot Elm Drive, West Wick, Weston-Super-Mare, BS24 7JU
St Anne’s Church Academy (Hewish), Bristol Road, Hewish, Weston-Super-Mare, BS24 6RT
Pawlett Primary School Academy, Gaunts Road, Pawlett, TA6 4SB
West Huntspill Primary Academy, New Road, West Huntspill, Highbridge, TA9 3QE
East Huntspill Primary Academy, New Road, East Huntspill, Highbridge, TA9 3PYT
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 with opening conditions survey.
The successful contractor will be expected to deliver a concise, while providing sufficient detail, method of management reporting at the end of each month, thus updating the senior management team within the Trust on the contract performance on an Academy-by-Academy basis.
A key objective of the Trust is to facilitate an exceptional, safe learning environment for all staff and students, ensuring that the Trust’s estate is well maintained and pro-actively reviewed to ensure long-term strategic planning.
The Trust are seeking a suitably experienced contractor who is able to evidence working within the education sector. The successful contractor will already have a strong operational base within the South-West, thus allowing 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.
A suitable Computer Aided Facilities Management (CAFM) system is expected to be required with a client-facing portal or dashboard providing live access to documents, management data, asset reports and current PPM status. Ideally this would be linked to the successful Contractor’s Helpdesk to display outstanding actions and logged jobs with works quotations and completion status.
The duration of the contract being offered is for an initial three-year period commencing on 1 April 2022 and concluding on 31 March 2025, with the potential to extend for a further period of two 12-month periods (+1 +1). 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.
See the SQ document for more details.
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: £1,450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2027
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/E6W59P76DH
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
29 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 November 2022
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-Weston-super-Mare:-Facilities-management-services./E6W59P76DH
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH
GO Reference: GO-2021922-PRO-18951288
six.4) Procedures for review
six.4.1) Review body
Priory Learning Trust
Queensway
Weston-super-Mare
BS22 6BP
Country
United Kingdom