Skip to main content.

The Litmus Partnership: Priory :Learning Trust ~ FM Services Tender

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

Notice Summary
Title: Priory :Learning Trust ~ FM Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust
Published: 22/09/2021 10:02
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-Weston-super-Mare: Facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Priory Learning Trust
             Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.theplt.org.uk/index.php
             NUTS Code: UKK
      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-Weston-super-Mare:-Facilities-management-services./E6W59P76DH
      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: Priory :Learning Trust ~ FM Services Tender       
      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79993000 - Building and facilities management services.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The Priory Learning Trust is a Multi Academy Trust (MAT) of both Primary and Secondary Schools.

The successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at the following nine locations within the Trust:

Priory Community School – An Academy, Queensway, Weston-Super-Mare, BS22 6BP
Worle Community School – An Academy, Redwing Drive, Weston-Super-Mare, BS22 8XX
The King Alfred School – An Academy, Burnham Road, Highbridge, TA9 3EE
Castle Batch Primary School Academy, Rawlins Avenue, Worle, Weston-Super-Mare, BS22 7FN
St Anne’s Church Academy (West Wick), 1 Scot Elm Drive, West Wick, Weston-Super-Mare, BS24 7JU
St Anne’s Church Academy (Hewish), Bristol Road, Hewish, Weston-Super-Mare, BS24 6RT
Pawlett Primary School Academy, Gaunts Road, Pawlett, TA6 4SB
West Huntspill Primary Academy, New Road, West Huntspill, Highbridge, TA9 3QE
East Huntspill Primary Academy, New Road, East Huntspill, Highbridge, TA9 3PYT

The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register with opening conditions survey.

The successful contractor will be expected to deliver a concise, while providing sufficient detail, method of management reporting at the end of each month, thus updating the senior management team within the Trust on the contract performance on an Academy-by-Academy basis.

A key objective of the Trust is to facilitate an exceptional, safe learning environment for all staff and students, ensuring that the Trust’s estate is well maintained and pro-actively reviewed to ensure long-term strategic planning.

The Trust are seeking a suitably experienced contractor who is able to evidence working within the education sector. The successful contractor will already have a strong operational base within the South-West, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

A suitable Computer Aided Facilities Management (CAFM) system is expected to be required with a client-facing portal or dashboard providing live access to documents, management data, asset reports and current PPM status. Ideally this would be linked to the successful Contractor’s Helpdesk to display outstanding actions and logged jobs with works quotations and completion status.

The duration of the contract being offered is for an initial three-year period commencing on 1 April 2022 and concluding on 31 March 2025, with the potential to extend for a further period of two 12-month periods (+1 +1). This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

See the SQ document for more details.
      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: 1,450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2022 / 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/E6W59P76DH       


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: 29/09/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/11/2022       
      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-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH
   VI.4) Procedures for review
   VI.4.1) Review body:
             Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, 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: 22/09/2021

Annex A


View any Notice Addenda

Priory :Learning Trust ~ FM Services Tender

UK-Weston-super-Mare: Facilities management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.theplt.org.uk/index.php
       NUTS Code: UKK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Priory :Learning Trust ~ FM Services Tender      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 22/09/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 351141   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.1          
         Lot No: Not provided          
         Place of text to be modified: II.1.1)          
         Instead of: Priory :Learning Trust ~ FM Services Tender          
         Read: Priory Learning Trust ~ FM Services Tender
                                    
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH



Priory :Learning Trust ~ FM Services Tender

UK-Weston-super-Mare: Facilities management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.theplt.org.uk/index.php
       NUTS Code: UKK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Priory :Learning Trust ~ FM Services Tender      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 23/09/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 351141   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.2          
         Lot No: Not provided          
         Place of text to be modified: IV.2.2)          
         Instead of: 29 September 2021          
         Read: 29 October 2021
                                    
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH



Priory :Learning Trust ~ FM Services Tender

UK-Weston-super-Mare: Facilities management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.theplt.org.uk/index.php
       NUTS Code: UKK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Priory :Learning Trust ~ FM Services Tender      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 23/09/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 351141   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: IV.2.3          
         Lot No: Not provided          
         Place of text to be modified: IV.2.3)          
         Instead of: 22 November 2022          
         Read: 22 November 2021
                                    
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH



Priory :Learning Trust ~ FM Services Tender

UK-Weston-super-Mare: Facilities management services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.theplt.org.uk/index.php
       NUTS Code: UKK

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Priory :Learning Trust ~ FM Services Tender      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 24/09/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 351141   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/09/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: IV.2.2)          
         Instead of:
         Date: 29/09/2021         
         Local Time: 12:00          
         Read:
         Date: 29/10/2021         
         Local Time: 12:00                   
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Weston-super-Mare:-Facilities-management-services./E6W59P76DH

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/E6W59P76DH


View Award Notice

UK-Weston-super-Mare: Facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Priory Learning Trust
       Queensway, Weston-super-Mare, BS22 6BP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.theplt.org.uk/index.php
       NUTS Code: UKK

   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: Priory :Learning Trust ~ FM Services Tender            
      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 successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at nine locations within the Trust

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,450,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79993000 - Building and facilities management services.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: The Priory Learning Trust is a Multi Academy Trust (MAT) of both Primary and Secondary Schools.

The successful Supplier will be required to provide facilities management support, in terms of mechanical and electrical engineering, for both compliance and planned and preventative maintenance (PPM) at the following nine locations within the Trust:

Priory Community School – An Academy, Queensway, Weston-Super-Mare, BS22 6BP
Worle Community School – An Academy, Redwing Drive, Weston-Super-Mare, BS22 8XX
The King Alfred School – An Academy, Burnham Road, Highbridge, TA9 3EE
Castle Batch Primary School Academy, Rawlins Avenue, Worle, Weston-Super-Mare, BS22 7FN
St Anne’s Church Academy (West Wick), 1 Scot Elm Drive, West Wick, Weston-Super-Mare, BS24 7JU
St Anne’s Church Academy (Hewish), Bristol Road, Hewish, Weston-Super-Mare, BS24 6RT
Pawlett Primary School Academy, Gaunts Road, Pawlett, TA6 4SB
West Huntspill Primary Academy, New Road, West Huntspill, Highbridge, TA9 3QE
East Huntspill Primary Academy, New Road, East Huntspill, Highbridge, TA9 3PYT

The contract covers the scope for the provision of all building services, planned and preventative maintenance of all M&E assets, ad-hoc engineering support (including out of hours and/or remote support) and the maintenance of a detailed and up-to-date asset register with opening conditions survey.

The successful contractor will be expected to deliver a concise, while providing sufficient detail, method of management reporting at the end of each month, thus updating the senior management team within the Trust on the contract performance on an Academy-by-Academy basis.

A key objective of the Trust is to facilitate an exceptional, safe learning environment for all staff and students, ensuring that the Trust’s estate is well maintained and pro-actively reviewed to ensure long-term strategic planning.

The Trust are seeking a suitably experienced contractor who is able to evidence working within the education sector. The successful contractor will already have a strong operational base within the South-West, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.

A suitable Computer Aided Facilities Management (CAFM) system is expected to be required with a client-facing portal or dashboard providing live access to documents, management data, asset reports and current PPM status. Ideally this would be linked to the successful Contractor’s Helpdesk to display outstanding actions and logged jobs with works quotations and completion status.

The duration of the contract being offered is for an initial three-year period commencing on 1 April 2022 and concluding on 31 March 2025, with the potential to extend for a further period of two 12-month periods (+1 +1). This extension will be granted by mutual consent and on the same terms and conditions as the original contract without the right to further extend beyond the full five years.

The contract being offered within this tender will be on a guaranteed performance basis.

See the SQ document for more details.

      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/E6W59P76DH


Section IV: Procedure

IV.1) Description

   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       
      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: 2021/S 000-023548
      
   

   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: 023548    
   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: 07/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Waterhouse Electrical & Engineering Services Ltd, 03492123
             Unit 51 , BW Estates, Oldmixon Crescent, Weston-Super-Mare, North Somerset, BS24 9BA, United Kingdom
             NUTS Code: UKK12
            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: 1.45          
         Total value of the contract/lot: 1,964,011
         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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=683431887

   VI.4) Procedures for review

      VI.4.1) Review body
          Priory Learning Trust
          Queensway, Weston-super-Mare, BS22 6BP, 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: 12/04/2022