ÐßÐßÊÓÆµ

Construction Tenders

12 August 2025

Related Information

Construction Contract Leads

South West

Category Services

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e70f
Common Procurement VocabularyRisk or hazard assessment other than for construction
Procurement MethodOpen procedure
Value£400,000
« Previous Page

South West

Category Services

Type

No. of Lots 3

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e70f
Common Procurement VocabularyRisk or hazard assessment other than for construction
Procurement MethodOpen procedure
Value£400,000

Section I: Contracting authority

I.1) Name and addresses

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Contact

Sam Ward

Email

sam.ward [at] acexcellence.co.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

Academies for Character & Excellence - Provision of Legionella Control & Risk Management Services

II.1.2) Main CPV code

  • 90711100 - Risk or hazard assessment other than for construction

II.1.3) Type of contract

Services

II.1.4) Short description

The current contractor is Rock Compliance, and the contract SLAs end on the 31st August 2025.

The proposed contract will be for the outsourced provision of Legionella Control and Risk Management Services, which will encompass delivering the following services to the Trust:

a. Risk Assessments

b. Servicing

c. Remedials

II.1.5) Estimated total value

Value excluding VAT: £400,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Somerset

Lot No

1

II.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction
  • 24962000 - Water-treatment chemicals
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UKK4 - Devon
  • UKK43 - Devon CC
Main site or place of performance

Somerset schools

II.2.4) Description of the procurement

This contract is for the management and provision of water hygiene services. The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.

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.

Schools in Lot 1:

Ashill Community Primary School

Buckland St Mary Church of England Primary School

Castle Cary Community Primary School

Hatch Beauchamp Church of England Primary School

Holy Trinity Church of England Primary School

Winsham Primary School

Stockland Church of England Primary Academy

Baltonsborough Primary School

Stoberry Park Primary School

Milborne Port Primary School

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of 2 further one year extensions (3+1+1)

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

II.2) Description

II.2.1) Title

All Schools

Lot No

3

II.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction
  • 24962000 - Water-treatment chemicals
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC
Main site or place of performance

All Schools

II.2.4) Description of the procurement

This contract is for the management and provision of water hygiene services to the school sites included in this tender opportunity

The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.

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.

Schools in Lot 3:

Ashill Community Primary School

Buckland St Mary Church of England Primary School

Castle Cary Community Primary School

Hatch Beauchamp Church of England Primary School

Holy Trinity Church of England Primary School

Winsham Primary School

Stockland Church of England Primary Academy

Baltonsborough Primary School

Stoberry Park Primary School

Milborne Port Primary School

Berry Pomeroy Parochial CofE Primary School

Brixham Church of England Primary School

Collaton St Mary Church of England Primary School

Galmpton Church of England Primary School

Newtown Primary School

Shaldon Primary School

St Gabriel's CofE Primary School

Torre Church of England Academy

Totnes St John's Church of England Primary School

Trinity CofE Primary and Nursery School

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of 2 further one year extensions (3+1+1)

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

II.2) Description

II.2.1) Title

Devon & Torbay

Lot No

2

II.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction
  • 24962000 - Water-treatment chemicals
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UKK43 - Devon CC
Main site or place of performance

Devon & Torbay Schools

TQ5 5TZ

II.2.4) Description of the procurement

This contract is for the management and provision of water hygiene services

The Contractor is required to ensure the Trust’s legal duty to manage its water system from legionella and other waterborne pathogens.

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.

Lot 2 schools:

Berry Pomeroy Parochial CofE Primary School

Brixham Church of England Primary School

Collaton St Mary Church of England Primary School

Galmpton Church of England Primary School

Newtown Primary School

Shaldon Primary School

St Gabriel's CofE Primary School

Torre Church of England Academy

Totnes St John's Church of England Primary School

Trinity CofE Primary and Nursery School

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of 2 further one year extensions (3+1+1)

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.1.2) 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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


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

27 March 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

27 March 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Contract Value

Estimate of GBP 150,000 for servicing and an allowance of GBP 250,000 for remedial works

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:233827)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

VI.4.2) Body responsible for mediation procedures

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Email

sam.ward [at] acexcellence.co.uk

Country

United Kingdom

Internet address

VI.4.4) Service from which information about the review procedure may be obtained

Academies for Character & Excellence

Pathfields

Totnes

TQ9 5TZ

Email

sam.ward [at] acexcellence.co.uk

Country

United Kingdom

Internet address