Tender

Supply of Planned Preventative Maintenance Services to Bright Futures Educational Trust

  • Bright Futures Educational Trust

F02: Contract notice

Notice identifier: 2022/S 000-035483

Procurement identifier (OCID): ocds-h6vhtk-038db1

Published 15 December 2022, 12:05pm



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

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Repair-and-maintenance-services-of-building-installations./J5YG228W7P

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Repair-and-maintenance-services-of-building-installations./J5YG228W7P

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).