Construction Contract Leads
South West
Category Services
Type
No. of Lots 1
Status Active
Published 15th Jan 2025
Reference | ocds-h6vhtk-04d020 |
Common Procurement Vocabulary | Repair and maintenance services of catering equipment |
Procurement Method | Open procedure |
Value | £300,000 |
South West
Category Services
Type
No. of Lots 1
Status Active
Published 15th Jan 2025
Reference | ocds-h6vhtk-04d020 |
Common Procurement Vocabulary | Repair and maintenance services of catering equipment |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton
EX20 1PU
Contact
Sharon Perkins
sperkins [at] dmatschools.org.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Dartmoor Multi Academy Trust - Provision of Catering Equipment Servicing & Repairs
II.1.2) Main CPV code
- 50883000 - Repair and maintenance services of catering equipment
II.1.3) Type of contract
Services
II.1.4) Short description
This contract is for the management and provision of catering equipment servicing to all school sites included in this tender. It is for the provision of servicing for catering equipment within school kitchens and also any other catering equipment that may be held onsite. The service will ensure the safe and efficient operation of all catering equipment whilst complying with industry standards and providing timely responses to both scheduled and emergency servicing.
As a result of this tender process, the Trust intends to appoint a Contractor to provide a high-quality service that is flexible and will deliver compliance and value for money for the Trust.
II.1.5) Estimated total value
Value excluding VAT: £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50883000 - Repair and maintenance services of catering equipment
- 39310000 - Catering equipment
II.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
School sites for
Dartmoor Multi Academy Trust
Wardhayes,
Simmons Way,
Okehampton,
Devon,
EX20 1PY
II.2.4) Description of the procurement
The Trust is seeking a Contractor that will deliver the provision of Planned Preventative Maintenance and Servicing of Catering Equipment for this contract to provide a high-quality service, whilst delivering value for money for the school, parents and pupils using the Services. The Contract also includes any other catering equipment outside of this that maybe held on site.
The scope of works will include, but not be limited to the following:
a. Servicing of all catering equipment.
b. Breakdown repairs.
c. Replacement of faulty parts.
d. Safety inspections and tests.
e. Compliance with relevant regulations and standards.
f. Emergency call-out services.
g. Provision of a detailed service report after each visit.
This contract includes additional works e.g.
a. Ad-hoc works
b. Remedial Works
c. Emergency works
However, the Trust reserve the right to award these works outside the tender, so such works are not guaranteed.
With a view to achieving a smooth and effective service for pupils and staff, the Successful Contractor shall ensure that they:
a. Have the technical and relevant experience to deliver the catering equipment servicing provision to the Trust, whilst demonstrating value for money.
b. Appoint a competent person to take managerial control.
c. Establish effective management and operational level communication systems at all levels regarding the service with the Trust.
d. Develop a robust scheme and system of checks for managing, servicing and maintaining catering equipment, ensuring works are carried out for all sites by a competent person.
e. Demonstrate the ability to deliver the services required in a flexible manner, as to cause minimum disruption to pupils, staff and the day-to-day operations of the school.
f. Maintain a safe environment on school premises concerning the servicing of catering equipment and be responsible for all legal, and health and safety requirements in delivering the services.
g. Adhere to all legal and statutory regulations and guidance to ensure compliance and ensure the delivery of services is at the desired level to meet requirements.
h. Actively manage the resulting contract including contract review meetings, overall performance of the contract, and management of Key Performance Indicator (KPI) and Service Level Agreement (SLA).
The contract is for a period of five (3) years with the possible extension of two (2) further years, in 12-month intervals (3+1+1).
Sites included are as follows:
Bridgerule Primary School
Chagford Primary School
Exbourne Primary School
Highampton Primary School
Holsworthy Community College
Lydford Primary School
Milton Abbot Primary School
Northlew & Ashbury Primary School
North Tawton Primary School
Okehampton College
Okehampton College – Wardhayes Campus
Okehampton Primary
South Tawton Primary School
St James Primary
Tavistock College
The Promise School
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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 April 2025
End date
31 August 2028
This contract is subject to renewal
Yes
Description of renewals
Option of 2 further 1 year extensions
II.2.10) Information about variants
Variants will be accepted: No
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
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
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
as per the Contract T&C
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233571.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233571)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton, Devon
EX20 1PY
sperkins [at] dmatschools.org.uk
Country
United Kingdom
Internet address
VI.4.4) Service from which information about the review procedure may be obtained
Dartmoor Multi Academy Trust
Wardhayes Simmons Way
Okehampton, Devon
EX20 1PY
sperkins [at] dmatschools.org.uk
Country
United Kingdom