UK-West Midlands: Building and facilities management services.

UK-West Midlands: Building and facilities management services.
Section I: Contracting Authority
I.1) Name and addresses
Tudor Grange Academies Trust
Tudor Grange Academy, Dingle Lane, Solihull, West Midlands, B91 3PD, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.tgacademy.org.uk/
NUTS Code: UKG
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://litmustms.co.uk/respond/7328E43667
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tudor Grange Academies Trust ~ FM Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
79993000 - Building and facilities management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The successful Supplier will be required to provide Facilities Management services for Tudor Grange Academies Trust. Please see SQ Document for site addresses.
II.1.5) Estimated total value:
Value excluding VAT: 14,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
79993100 - Facilities management services.

II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)

II.2.4) Description of procurement: The Tudor Grange Academies Trust comprises of 12 Academies across Worcestershire, West Midlands, and Leicestershire.

The portfolio includes 6 Primary, 5 secondary and 1 all through Academy, with over 460 teachers and 7600+ pupils.

The Trust has 2 further schools joining the portfolio in 2023.

The Tudor Trust vision

Tudor Grange Academies Trust is a family of Academies with a shared ethos, common values and collective goals, which are as follows:
•We are working together in a model of meaningful, focused collaboration to achieve excellence in our schools.
•We are driven by four key values:
•Our children will live ‘Happy, fulfilling lives’
•Outstanding teaching and learning are our core focus
•Outstanding Governance supports our schools
•Leadership and professionalism drive continuous improvement

The Trust is looking for a trusted partner, who will self-deliver all of the core FM services, outsourcing only the specialist areas.

The ‘education' experienced partner must support the delivery model with technology to drive a transparent approach which remains compliant at all times.

A summary of the pertinent points of the project are as follows:
•At present the delivery of the FM services of Hard FM, Soft FM, and Helpdesk Services to the estate, are currently outsourced.
•The estate is growing and therefore requires an agile approach
•The full services in scope are:

Management Services
•Minibus Fleet Management

Hard FM - To Include:
•M&E Services
•Planned Preventative Maintenance (PPM)
•Capital Projects Work
•PAT testing
•Fixed Wire Testing
•Lift maintenance
•Reactive maintenance
•Statutory compliance
•Drainage repairs
•Gutter and Gulley cleaning
•BMS maintenance
•Consumables for PPM
•Access control (hardware and software) - Due to an ongoing access control project this will be a separate contract.

Helpdesk/ CAFM Systems:
•Provision and management of a Helpdesk and CAFM system.

Soft Services to include:
•Security
•Daily cleaning programme
•Janitorial Services
•Periodic cleaning
•Event cleaning
•Window Cleaning
•Washroom Consumables
•Feminine Hygiene
•Pest Control inspections and servicing
•Grounds Maintenance (this could sit under Hard FM)
•Tree surveys

The annual contract value is £2.9m to include the reactive works budget.

The contract will commence August 2023 for an initial period of 3 years, with the opportunity to extend for a further period of 2 years at the discretion of the governing body.

See SQ Document for further information.
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:
Start: 01/08/2023 / End: 31/07/2028
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 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.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: Not provided


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:
Not Provided
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 Acclerated
Justification for the choice of accelerated procedure: Contract starts 01 August 2023
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: 26/01/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/02/2023
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: Not Provided


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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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-West-Midlands:-Building-and-facilities-management-services./7328E43667

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7328E43667
VI.4) Procedures for review
VI.4.1) Review body:
Tudor Grange Academies Trust
West Midlands, 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:
Not Provided
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: 10/01/2023

Annex A