Award

Unity Schools Partnership - Planned and Preventative Maintenance

UNITY SCHOOLS PARTNERSHIP

This public procurement record has 2 releases in its history.

Award

08 Aug 2023 at 09:59

Tender

20 Mar 2023 at 20:32

Summary of the contracting process

The Unity Schools Partnership is currently tendering for the provision of planned and preventative maintenance services, along with reactive maintenance for 32 schools and 1 Head Office building. The contract duration is three years, with an option to extend for two periods of 12 months each. The contract starts on 01 September 2023. The deadline for submitting Selection Questionnaire (SQ) is 18 April 2023 at 17:00, and the deadline for Invitation to Tender (ITT) submissions is 16 June 2023 at 17:00.

This tender opportunity from Unity Schools Partnership offers businesses a chance to provide facilities management services for a multi-site educational organisation. Contractors should demonstrate expertise in delivering planned and reactive maintenance services efficiently. Utilising technology to enhance service delivery, the contractor will be expected to optimise cost, compliance, and quality, meeting the Trust's strategic needs. Businesses well-suited to compete are those with experience in facilities management and a focus on service excellence through innovative technological solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Unity Schools Partnership - Planned and Preventative Maintenance

Notice Description

Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance for the 32 schools and 1 Head Office building in the Trust.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.The deadline for SQ submissions via the In-Tend system is 17:00 on 18 April 2023The deadline for ITT submissions via the In-Tend system will be 17:00 on 16 June 2023

Lot Information

Lot 1

Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance services.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.Unity Schools Partnership require a Contractor to undertake the Planned and Preventative Maintenance (PPM) services and Reactive Maintenance (RM) in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust's staff and pupils, the local community and to provide an inviting environment for visitors.The Contractor will be responsible for the provision of skilled engineers and service personnel, to provide an efficient and timely PPM & RM service. They will need to ensure that curriculum used areas are safe and fit for purpose and that all other areas are kept in accordance with the service set out in this Specification and reflect well on the Trust.The Trust is looking to reduce costs while ensuring adherence to all compliance requirements, creating improvements to the quality of the site and demonstrating systems that are simple to use for site staff to carry out their duties effectively. Thus, enabling senior Trust staff to be able to easily monitor compliance and quality of the site. The Contractor should keep abreast of the needs of the Trust, statutory obligations and ensure that they are providing strategic advice and support for the premises management to be more effective and efficient and to achieve a greater percentage of right first-time fixes.The Trust is seeking a Contractor that will utilise technology to deliver service excellence for areas such as (but not limited to):* Real-time Reporting for school and the Trust central team* Works Scheduling * Compliance document repository* Quotes / job tracking * Job Status and activity tracking* Dedicated helpdesk and triage* KPI monitoring. Additional information: The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.

Options: The contract will be awarded for an initial period of three years with two possible extensions of 12 months each meaning a maximum contract length of five years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b489
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023035-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79993100 - Facilities management services

Notice Value(s)

Tender Value
£1,100,000 £1M-£10M
Lots Value
£1,100,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,785,886 £1M-£10M

Notice Dates

Publication Date
8 Aug 20232 years ago
Submission Deadline
19 Apr 2023Expired
Future Notice Date
Not specified
Award Date
27 Jul 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Further notices will be published in 2025, 2026 or 2027 based on the exercising of the optional contract extensions

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNITY SCHOOLS PARTNERSHIP
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HAVERHILL
Postcode
CB9 7YD
Post Town
Cambridge
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH64 West Suffolk
Delivery Location
TLH14 Suffolk CC

Local Authority
West Suffolk
Electoral Ward
Haverhill West
Westminster Constituency
West Suffolk

Supplier Information

Number of Suppliers
1
Supplier Name

GSH FACILITIES MANAGEMENT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03b489-2023-08-08T10:59:59+01:00",
    "date": "2023-08-08T10:59:59+01:00",
    "ocid": "ocds-h6vhtk-03b489",
    "initiationType": "tender",
    "tender": {
        "id": "MPN-10253",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Unity Schools Partnership - Planned and Preventative Maintenance",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79993100",
            "description": "Facilities management services"
        },
        "mainProcurementCategory": "services",
        "description": "Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance for the 32 schools and 1 Head Office building in the Trust.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.The deadline for SQ submissions via the In-Tend system is 17:00 on 18 April 2023The deadline for ITT submissions via the In-Tend system will be 17:00 on 16 June 2023",
        "value": {
            "amount": 1100000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Unity Schools Partnership is currently out to tender for the provision of planned and preventative maintenance and reactive maintenance services.The contract is being offered for three years with the option to extend for a further two periods of 12 months. The contract commencement date is 01 September 2023.Unity Schools Partnership require a Contractor to undertake the Planned and Preventative Maintenance (PPM) services and Reactive Maintenance (RM) in accordance with good industry practice so as to provide a high standard of service across the Trust for the benefit of the Trust's staff and pupils, the local community and to provide an inviting environment for visitors.The Contractor will be responsible for the provision of skilled engineers and service personnel, to provide an efficient and timely PPM & RM service. They will need to ensure that curriculum used areas are safe and fit for purpose and that all other areas are kept in accordance with the service set out in this Specification and reflect well on the Trust.The Trust is looking to reduce costs while ensuring adherence to all compliance requirements, creating improvements to the quality of the site and demonstrating systems that are simple to use for site staff to carry out their duties effectively. Thus, enabling senior Trust staff to be able to easily monitor compliance and quality of the site. The Contractor should keep abreast of the needs of the Trust, statutory obligations and ensure that they are providing strategic advice and support for the premises management to be more effective and efficient and to achieve a greater percentage of right first-time fixes.The Trust is seeking a Contractor that will utilise technology to deliver service excellence for areas such as (but not limited to):* Real-time Reporting for school and the Trust central team* Works Scheduling * Compliance document repository* Quotes / job tracking * Job Status and activity tracking* Dedicated helpdesk and triage* KPI monitoring. Additional information: The duration detailed above includes the initial term of three years as well as the two optional contract extension periods of 12 months each.",
                "value": {
                    "amount": 1100000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Objective criteria is detailed in the tender document.A maximum of five suppliers will be taken forward to the Invitation to Tender stage of the process. Where less than five suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the Invitation to Tender stage. Where more than five suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the Invitation to Tender stage."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be awarded for an initial period of three years with two possible extensions of 12 months each meaning a maximum contract length of five years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "All criteria are stated only in the procurement documents",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH14"
                    },
                    {
                        "region": "UKH14"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Trust has 32 sites plus the Head Office. Details of locations can be found here: bit.ly/42sXmYc or on the Trust website."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/minervapcs/aspx/Home",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-04-19T17:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-05-09T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "reviewDetails": "Unity Schools Partnership will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)",
        "recurrence": {
            "description": "Further notices will be published in 2025, 2026 or 2027 based on the exercising of the optional contract extensions"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-77933",
            "name": "Unity Schools Partnership",
            "identifier": {
                "legalName": "Unity Schools Partnership"
            },
            "address": {
                "streetAddress": "Unity Schools Partnership Offices, Park Road",
                "locality": "Haverhill",
                "region": "UKH14",
                "postalCode": "CB9 7YD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ben Jones",
                "telephone": "+44 1256467107",
                "email": "tenders@minervapcs.com",
                "url": "https://in-tendhost.co.uk/minervapcs/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.unitysp.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Education Institute"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4468",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-89520",
            "name": "GSH Facilities Management Ltd",
            "identifier": {
                "legalName": "GSH Facilities Management Ltd"
            },
            "address": {
                "streetAddress": "22 Penny Brookes Street, Stratford",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E15 1GP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.gshgroup.com",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-77933",
        "name": "Unity Schools Partnership"
    },
    "language": "en",
    "awards": [
        {
            "id": "023035-2023-Unity Schools Partnership-1",
            "relatedLots": [
                "1"
            ],
            "title": "Planned and Preventative Maintenance",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-89520",
                    "name": "GSH Facilities Management Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023035-2023-Unity Schools Partnership-1",
            "awardID": "023035-2023-Unity Schools Partnership-1",
            "title": "Planned and Preventative Maintenance",
            "status": "active",
            "value": {
                "amount": 1785886.47,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}