UK-London: Non-residential property renting or leasing services.

UK-London: Non-residential property renting or leasing services.
Section I: Contracting Authority
I.1) Name and addresses
Future Academies Trust
Lupus Street, London, SW1V 3AT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.futureacademies.org
NUTS Code: UKI
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/773V896X68
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: Future Academies Trust - Lettings Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
70220000 - Non-residential property renting or leasing services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The successful Supplier will be required to provide fully managed lettings services for Future Academies.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The successful Supplier will be required to provide fully managed lettings services for Future Academies.
We are Future Academies: a flourishing multi-academy trust, founded with the aim of improving the life chances and raising the
aspirations of young people. We offer a rich and stimulating education comprised of a knowledge-rich curriculum, diverse cultural
and extracurricular opportunities, and a strong pastoral support system. All children and young people are welcomed in our
inclusive community, and all are challenged to be the best they can be. For further information about our vision, achievements and
the structure of our Trust, please visit our website https://www.futureacademies.org/
This ethos is embodied in our Trust values - Knowledge, Aspiration, and Respect - and in our motto, libertas per cultum (“freedom
through education”).
Tender information:
The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of fully
managed lettings services within the facilities at the academies. The high-quality service levels proposed, should maintain excellent
standards throughout, resulting in the achievement of the Client’s objectives.
The contract being tendered is for three years in duration from 1st April 2024 to 31st March 2027 with the option to extend for up to a
further 2 years at the discretion of the client.
All schools within the Trust (both now and in the future) will be capable of being included within this contract, with the schools
grouped into the following categories:
Category 1 – Existing Future Academy schools to be included in new contract
• Barclay Academy, Stevenage (secondary)
• The Grange Academy, Bushey, Watford (secondary)
• Pimlico Academy, Westminster, London (secondary)
• Pimlico Primary, Westminster (primary)
• Churchill Gardens Primary Academy, Westminster (primary)
• Phoenix Academy, White City, London (secondary)
Future Academies Trust
Version 1.2 ~ 16.05.23 Page 8 of 13
Category 2 – Existing Future Academy schools to be considered for future inclusion in the contract (possibly as early as September
2023, to be agreed)
• Trinity Academy, Brixton, London (secondary)
• Future Academies Watford (secondary)
• Laureate Academy, Hemel Hempstead (secondary, subject to re-build)
Category 3 – Additional Future Academy schools (joining the Trust) to be considered for future inclusion in the new contract
Current Operational Model:
Within Future Academies Trust, lettings are currently operated in the following way:
Schools operated under an existing outsourced lettings management contract
• Barclay Academy, Stevenage (secondary)
• Pimlico Academy, Westminster, London (secondary)
• Pimlico Primary, Westminster (primary)
• Churchill Gardens Primary Academy, Westminster (primary)
• Millbank Academy, Westminster (primary)
• Phoenix Academy, White City, London (secondary)
See SQ document for more 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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2027
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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/773V896X68


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

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: 13/10/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/11/2023
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-London:-Non-residential-property-renting-or-leasing-services./773V896X68

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/773V896X68
VI.4) Procedures for review
VI.4.1) Review body:
Future Academies Trust
London, 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: 07/09/2023

Annex A