Section one: Contracting authority
one.1) Name and addresses
Bright Futures Educational Trust
The Hub, 144 Irlam Road, Flixton
Manchester
M41 6NA
Contact
Lindsey Bates
procurement@bright-futures.co.uk
Telephone
+44 1619415681
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.bright-futures.co.uk/
Buyer's address
https://www.bright-futures.co.uk/
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 electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Multi Academy Trust
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Planned Preventative Maintenance Services to Bright Futures Educational Trust
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
Bright Futures Educational Trust is currently out to tender for the supply of Planned Preventative Maintenance services, initially across 10 of their academies, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £2,285,000. This estimated value takes into account the potential for Trust growth as outlined in the procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £2,285,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
As stated in the procurement documents
two.2) Description
two.2.1) Title
Lot 1 - Mechanical
Lot No
1
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 1 covers the supply of Planned Preventative Maintenance services in respect of mechanical assets or installations, initially across 10 academies within the Trust, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
This lot includes, but is not limited to, maintenance to the following groups of assets: heating, ventilation, air conditioning and above ground drainage systems & rainwater goods
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £905,000. This estimated value has an intentionally wide range in order to take account of the potential for Trust growth and the staggered school contract start dates outlined in the procurement documents
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: £905,000
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
two.2.10) Information about variants
Variants will be accepted: No
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
The duration detailed above includes the initial term of 3 years as well as the optional contract extension period of 24 months - meaning a maximum contract length of 5 years.
The Estimated Value indicated above is the Total Maximum Estimated Value over the maximum contract length of 5 years taking into account the potential for Trust growth as outlined in the procurement documents
two.2) Description
two.2.1) Title
Lot 2 - Electrical
Lot No
2
two.2.2) Additional CPV code(s)
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 2 covers the supply of Planned Preventative Maintenance services in respect of electrical assets or installations, initially across 10 academies within the Trust, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
This lot includes, but is not limited to, maintenance to the following groups of assets: all electrical installations, fire alarms and security systems
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £650,000. This estimated value has an intentionally wide range in order to take account of the potential for Trust growth and the staggered school contract start dates outlined in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
two.2.10) Information about variants
Variants will be accepted: No
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
The duration detailed above includes the initial term of 3 years as well as the optional contract extension period of 24 months - meaning a maximum contract length of 5 years.
The Estimated Value indicated above is the Total Maximum Estimated Value over the maximum contract length of 5 years taking into account the potential for Trust growth as outlined in the procurement documents
two.2) Description
two.2.1) Title
Lot 3 - Water Hygiene Compliance
Lot No
3
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 3 covers the supply of Planned Preventative Maintenance services in respect of water hygiene compliance, initially across 10 academies within the Trust, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
This lot includes, but is not limited to, all relevant water testing and treatment services to ensure compliance with all relevant UK legislation and codes of practice
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £285,000. This estimated value has an intentionally wide range in order to take account of the potential for Trust growth and the staggered school contract start dates outlined in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
two.2.10) Information about variants
Variants will be accepted: No
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
The duration detailed above includes the initial term of 3 years as well as the optional contract extension period of 24 months - meaning a maximum contract length of 5 years.
The Estimated Value indicated above is the Total Maximum Estimated Value over the maximum contract length of 5 years taking into account the potential for Trust growth as outlined in the procurement documents
two.2) Description
two.2.1) Title
Lot 4 - Specialist Compliance
Lot No
4
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 4 covers the supply of Planned Preventative Maintenance services in respect of a variety of specialist assets or installations, initially across 10 academies within the Trust, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
This Lot includes, but is not limited to, maintenance to the following groups of assets: fixed and portable fire-fighting equipment, outdoor play equipment, sports and PE equipment (indoor) and kitchen equipment.
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £445,000. This estimated value has an intentionally wide range in order to take account of the potential for Trust growth and the staggered school contract start dates outlined in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
two.2.10) Information about variants
Variants will be accepted: No
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
The duration detailed above includes the initial term of 3 years as well as the optional contract extension period of 24 months - meaning a maximum contract length of 5 years.
The Estimated Value indicated above is the Total Maximum Estimated Value over the maximum contract length of 5 years taking into account the potential for Trust growth as outlined in the procurement documents
two.2) Description
two.2.1) Title
Lot 5 - Full Service
Lot No
5
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 45232430 - Water-treatment work
- 50000000 - Repair and maintenance services
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
Lot 5 covers the supply of Planned Preventative Maintenance services in respect of all the assets or installations listed in the procurement documents and included in Lots 1 to 4, initially across 10 academies within the Trust, but with the option to include additional schools as the Trust grows. The services will include planned maintenance, day to day repairs, servicing, and minor works that may be needed. An emergency service is also required which includes having a call out facility during all evenings and weekends and public holiday periods throughout the period of the Contract.
This Lot includes maintenance to the following groups of assets:
Mechanical - including, but not limited to, heating, ventilation, air conditioning and above ground drainage systems & rainwater goods
Electrical - including, but not limited to, all electrical installations, fire alarms and security systems
Water Hygiene - including, but not limited to, all relevant water testing and treatment services to ensure compliance with all relevant UK legislation and codes of practice
Specialist Compliance - including, but not limited to, fixed and portable fire-fighting equipment, outdoor play equipment, sports and PE equipment (indoor) and kitchen equipment.
Services will be delivered under a JCT Measured Term Contract 2016 (as amended).
The Contract period shall be for 3 years with the option of 1 x 24 month extension.
The Contract has a maximum estimated total value of £2,285,000. This estimated value has an intentionally wide range in order to take account of the potential for Trust growth and the staggered school contract start dates outlined in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
two.2.10) Information about variants
Variants will be accepted: No
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
The duration detailed above includes the initial term of 3 years as well as the optional contract extension period of 24 months - meaning a maximum contract length of 5 years.
The Estimated Value indicated above is the Total Maximum Estimated Value over the maximum contract length of 5 years taking into account the potential for Trust growth as outlined in the procurement documents
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
16 January 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 February 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Repair-and-maintenance-services-of-building-installations./J5YG228W7P" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Repair-and-maintenance-services-of-building-installations./J5YG228W7P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J5YG228W7P" target="_blank">https://www.delta-esourcing.com/respond/J5YG228W7P
GO Reference: GO-20221215-PRO-21746028
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
This authority 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 Contract Regulations 2015 (SI 2015/102) (as amended) 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).