Bright Futures Educational Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Planned Preventative Maintenance Services to Bright Futures Educational Trust |
Notice type: | Contract Notice |
Authority: | Bright Futures Educational Trust |
Nature of contract: | Services |
Procedure: | Restricted |
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. |
Published: | 15/12/2022 11:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bright Futures Educational Trust
The Hub, 144 Irlam Road, Flixton, Manchester, M41 6NA, United Kingdom
Tel. +44 1619415681, Email: procurement@bright-futures.co.uk
Contact: Lindsey Bates
Main Address: https://www.bright-futures.co.uk/, Address of the buyer profile: https://www.bright-futures.co.uk/
NUTS Code: UKD3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Repair-and-maintenance-services-of-building-installations./J5YG228W7P to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Multi Academy Trust
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Planned Preventative Maintenance Services to Bright Futures Educational Trust
Reference Number: Not provided
II.1.2) Main CPV Code:
50700000 - Repair and maintenance services of building installations.
II.1.3) Type of contract: SERVICES
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 2,285,000
Currency: GBP
II.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
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Mechanical
Lot No: 1
II.2.2) Additional CPV codes:
50712000 - Repair and maintenance services of mechanical building installations.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of 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
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 905,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.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
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Electrical
Lot No: 2
II.2.2) Additional CPV codes:
50711000 - Repair and maintenance services of electrical building installations.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of 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
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.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
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Water Hygiene Compliance
Lot No: 3
II.2.2) Additional CPV codes:
45232430 - Water-treatment work.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of 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
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.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
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 - Specialist Compliance
Lot No: 4
II.2.2) Additional CPV codes:
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.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of 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
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.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
II.2) Description Lot No. 5
II.2.1) Title: Lot 5 - Full Service
Lot No: 5
II.2.2) Additional CPV codes:
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.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of 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
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.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 III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.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
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/01/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/02/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J5YG228W7P
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.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).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/12/2022
Annex A