Tender

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

  • Plymouth CAST

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

Notice identifier: 2025/S 000-061103

Procurement identifier (OCID): ocds-h6vhtk-05899e (view related notices)

Published 30 September 2025, 11:05pm



Scope

Reference

PCAS01.08

Description

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Total value (estimated)

  • £1,650,000 excluding VAT
  • £19,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 1 April 2031
  • Possible extension to 1 April 2033
  • 7 years, 1 day

Description of possible extension:

2 further 1 year extensions

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 £16.5m contract value includes the potential for this additional spend over the full term of the contract Remedial Works - £6m Professional Services outside of scope - £3.5m New Schools may join the Trust or the Contract during the term of the contract; therefore, a contract variation may be required. 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
  • 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
  • 50730000 - Repair and maintenance services of cooler groups
  • 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
  • 71631300 - Technical building-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] d. Design Liability Insurance = [£5m]

Technical ability conditions of participation

Refer to Document 2c Contractor Competencies & Accreditations 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

6 November 2025, 12:00pm

Tender submission deadline

6 November 2025, 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)

15 December 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Total Annual Service Cost

Total Annual Service Cost

Cost 30%
Contractor Responsibility & Service Delivery Model

Contractor Responsibility & Service Delivery Model

Quality 12.5%
Management of Service

Management of Service

Quality 12.5%
Sustainability

Sustainability

Quality 10%
Statutory Compliance Service

Statutory Compliance Service

Quality 7.5%
Reactive Works Labour Rates

Reactive Works Labour Rates

Price 7.5%
Reactive Repairs & Emergency Service

Reactive Repairs & Emergency Service

Quality 5%
Repairs & Maintenance Outside of Service Contract Requirements

Repairs & Maintenance Outside of Service Contract Requirements

Quality 5%
Case Study

Case Study

Quality 2.5%
Additional Professional Services Support

Additional Professional Services Support

Quality 2.5%
Contract Mobilisation & Risk Management

Contract Mobilisation & Risk Management

Quality 2.5%
Material Mark-Up

Material Mark-Up

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

A planned procurement notice was published. The justification is that the requirements are not complex, or niche, the Trust already understands what they want the service to deliver, and the market is known.


Contracting authority

Plymouth CAST

  • Public Procurement Organisation Number: PVXX-8686-MMHT

Boniface Lane

Plymouth

PL5 3AG

United Kingdom

Contact name: Tina Parkes

Email: tparkes@plymouthcast.org.uk

Region: UKK41 - Plymouth

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: James Medforth

Telephone: +44 01234567890

Email: james.medforth@phplaw.co.uk

Region: UKK43 - Devon CC


Contact organisation

Contact PHP Law LLP for any enquiries.