Skip to main content.

The Litmus Partnership: Leigh Academies Trust ~ Tender for Building and Maintenance Services

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Leigh Academies Trust ~ Tender for Building and Maintenance Services
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The Trust is looking for a trusted partner, who will self-deliver all of the Hard services, to include Maintenance and PPM planning and reactive works. There will also be opportunity for the preferred supplier to support the Trust on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract. Please see below links to access each of the SQs for each Lot. Please note that bidders will be required to submit a separate SQ response for each of the Lots they are interested in: Lot 1: https://litmustms.co.uk/respond/CT26N9VK9P Lot 2: https://litmustms.co.uk/respond/8N6M5K8W8H Lot 3: https://litmustms.co.uk/respond/S76R299PB8 Lot 4: https://litmustms.co.uk/respond/6724W77BGD Lot 5: https://litmustms.co.uk/respond/7ZYBSJ93Y6 Lot 6: https://litmustms.co.uk/respond/3B3Z72G2X5 Lot 7: https://litmustms.co.uk/respond/Q82B3XZK44
Published: 16/03/2023 13:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Kent: Facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Leigh Academies Trust
             Carnation Road, Strood, Rochester, Kent, ME2 2SX, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://leighacademiestrust.org.uk
             NUTS Code: UKJ4
      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/
      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: Leigh Academies Trust ~ Tender for Building and Maintenance Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79993100 - Facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Trust is looking for a trusted partner, who will self-deliver all of the Hard services, to include Maintenance and PPM planning and reactive works. There will also be opportunity for the preferred supplier to support the Trust on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract.

Please see below links to access each of the SQs for each Lot. Please note that bidders will be required to submit a separate SQ response for each of the Lots they are interested in:

Lot 1: https://litmustms.co.uk/respond/CT26N9VK9P

Lot 2: https://litmustms.co.uk/respond/8N6M5K8W8H

Lot 3: https://litmustms.co.uk/respond/S76R299PB8

Lot 4: https://litmustms.co.uk/respond/6724W77BGD

Lot 5: https://litmustms.co.uk/respond/7ZYBSJ93Y6

Lot 6: https://litmustms.co.uk/respond/3B3Z72G2X5

Lot 7: https://litmustms.co.uk/respond/Q82B3XZK44       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Leigh Academies Trust Lot 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Lot 1 is for bidding on all lots and services
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/CT26N9VK9P       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: Heating, Ventilation and Air Conditioning       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Heating, Ventilation and Air Conditioning
      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: 475,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: Fire Safety, alarms and extinguishers       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Fire Safety, alarms and extinguishers
      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: 575,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4: Security access control intruder alarms, Red Care and CCTV       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Lot 4: Security access control intruder alarms, Red Care and CCTV
      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: 425,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting
      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: 350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6: Lifts, Hoists and Mansafe       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: Lot 6: Lifts, Hoists and Mansafe
      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: 210,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7: L8 and Water Quality       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: L8 and Water Quality
      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: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2023 / End: 31/08/2028       
      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 September 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: 06/04/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/04/2023       
      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-Kent:-Facilities-management-services./CT26N9VK9P

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/CT26N9VK9P
   VI.4) Procedures for review
   VI.4.1) Review body:
             Leigh Academies Trust
       Kent, 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: 16/03/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Kent: Facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Leigh Academies Trust
       Carnation Road, Strood, Rochester, Kent, ME2 2SX, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://leighacademiestrust.org.uk
       NUTS Code: UKJ4

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Leigh Academies Trust ~ Tender for Building and Maintenance Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79993100 - Facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Trust is looking for a trusted partner, who will self-deliver all of the Hard services, to include Maintenance and PPM planning and reactive works. There will also be opportunity for the preferred supplier to support the Trust on Asset Lifecycle Planning and Capital Projects, which sit outside of the scope of this contract. Please see below links to access each of the SQs for each Lot. Please note that bidders will be required to submit a separate SQ response for each of the Lots they are interested in: Lot 1: https://litmustms.co.uk/respond/CT26N9VK9P Lot 2: https://litmustms.co.uk/respond/8N6M5K8W8H Lot 3: https://litmustms.co.uk/respond/S76R299PB8 Lot 4: https://litmustms.co.uk/respond/6724W77BGD Lot 5: https://litmustms.co.uk/respond/7ZYBSJ93Y6 Lot 6: https://litmustms.co.uk/respond/3B3Z72G2X5 Lot 7: https://litmustms.co.uk/respond/Q82B3XZK44

      II.1.6) Information about lots
         This contract is divided into lots: Yes
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,781,862
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Leigh Academies Trust Lot 1   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Lot 1 is for bidding on all lots and services

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Heating, Ventilation and Air Conditioning   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Heating, Ventilation and Air Conditioning

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3: Fire Safety, alarms and extinguishers   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Fire Safety, alarms and extinguishers

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4: Security access control intruder alarms, Red Care and CCTV   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Lot 4: Security access control intruder alarms, Red Care and CCTV

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting   
      Lot No:5

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Lot 5: Electrical services including fixed wire, PAT, lightning and LV and emergency lighting

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot 6: Lifts, Hoists and Mansafe   
      Lot No:6

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: Lot 6: Lifts, Hoists and Mansafe

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Please note, this is a Contract Award Notice. This contract has already been awarded.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot 7: L8 and Water Quality   
      Lot No:7

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: L8 and Water Quality

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted Accelerated
         Justification for the choice of accelerated procedure: Contract starts September 2023

   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2023/S 000-007692
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/09/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             DMA Maintenance, 05383149
             Beaufort House, 5 Beaufort Court, Sir Thomas Longley Road, Rochester, ME2 4FB, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 2,500,000          
         Total value of the contract/lot: 4,781,862
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=858934194

   VI.4) Procedures for review

      VI.4.1) Review body
          Leigh Academies Trust
          Kent, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 30/04/2024