Tender

Priory :Learning Trust ~ FM Services Tender

  • Priory Learning Trust

F02: Contract notice

Notice identifier: 2021/S 000-023548

Procurement identifier (OCID): ocds-h6vhtk-02e36f

Published 22 September 2021, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Priory Learning Trust

Queensway

Weston-super-Mare

BS22 6BP

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

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