← Back to opportunities

Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services

Plymouth CAST

Buyer Contact Info

Buyer Name: Plymouth CAST

Buyer Address: Boniface Lane, Plymouth, UKK41, PL5 3AG, United Kingdom

Contact Name: Tina Parkes

Contact Email: tparkes@plymouthcast.org.uk

Buyer Name: PHP Law LLP

Buyer Address: Unit 3 The Brutus Centre Station Road Totnes, Totnes, UKK43, TQ9 5RW, United Kingdom

Contact Name: James Medforth

Contact Email: james.medforth@phplaw.co.uk

Contact Telephone: +44 01234567890

Status
active
Procedure
open
Value
16500000.0 GBP
Gross: 19800000 GBP
Published
02 Oct 2025, 09:11
Deadline
06 Nov 2025, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
35110000 - Firefighting, rescue and safety equipment
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/061565-2025

Link Description: Tender notice on Find a Tender

Lots

Lot LOT-0000 Status: active

Lot LOT-0000 Has Options: Yes

Lot LOT-0000 Options: The following are additional services in addition to the statutory testing and servicing. The £16.5m contract value includes the potential for this additional spend over the full term of the contract Remedial Works - £6m Professional Services outside of scope - £3.5m New Schools may join the Trust or the Contract during the term of the contract; therefore, a contract variation may be required. The quantities requiring servicing and maintenance may be amended during the course of the contract, either additions or subtractions. Additional activities to existing items may be required

Lot LOT-0000 Value: GBP 16,500,000

Lot LOT-0000 Value (Gross): GBP 19,800,000

Lot LOT-0000 Contract Start: 2026-04-01T00:00:00+01:00

Lot LOT-0000 Contract End: 2031-04-01T23:59:59+01:00

Lot LOT-0000 SME Suitable: Yes

Lot LOT-0000 Award Criterion (quality): Contractor Responsibility & Service Delivery Model (12.5%)

Lot LOT-0000 Award Criterion (quality): Management of Service (12.5%)

Lot LOT-0000 Award Criterion (quality): Case Study (2.5%)

Lot LOT-0000 Award Criterion (quality): Statutory Compliance Service (7.5%)

Lot LOT-0000 Award Criterion (quality): Reactive Repairs & Emergency Service (5%)

Lot LOT-0000 Award Criterion (quality): Repairs & Maintenance Outside of Service Contract Requirements (5%)

Lot LOT-0000 Award Criterion (quality): Additional Professional Services Support (2.5%)

Lot LOT-0000 Award Criterion (quality): Contract Mobilisation & Risk Management (2.5%)

Lot LOT-0000 Award Criterion (quality): Sustainability (10%)

Lot LOT-0000 Award Criterion (cost): Total Annual Service Cost (30%)

Lot LOT-0000 Award Criterion (price): Reactive Works Labour Rates (7.5%)

Lot LOT-0000 Award Criterion (price): Material Mark-Up (2.5%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PVXX-8686-MMHT",
    "name": "Plymouth CAST"
  },
  "date": "2025-10-02T10:11:13+01:00",
  "id": "061565-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05899e",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Plymouth",
        "postalCode": "PL5 3AG",
        "region": "UKK41",
        "streetAddress": "Boniface Lane"
      },
      "contactPoint": {
        "email": "tparkes@plymouthcast.org.uk",
        "name": "Tina Parkes"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PVXX-8686-MMHT",
      "identifier": {
        "id": "PVXX-8686-MMHT",
        "scheme": "GB-PPON"
      },
      "name": "Plymouth CAST",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Totnes",
        "postalCode": "TQ9 5RW",
        "region": "UKK43",
        "streetAddress": "Unit 3 The Brutus Centre Station Road Totnes"
      },
      "contactPoint": {
        "email": "james.medforth@phplaw.co.uk",
        "name": "James Medforth",
        "telephone": "+44 01234567890"
      },
      "id": "GB-PPON-PPRM-9434-VNYQ",
      "identifier": {
        "id": "PPRM-9434-VNYQ",
        "scheme": "GB-PPON"
      },
      "name": "PHP Law LLP",
      "roleDetails": "Procurement Consultant",
      "roles": [
        "procuringEntity",
        "processContactPoint"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "A planned procurement notice was published. The justification is that the requirements are not complex, or niche, the Trust already understands what they want the service to deliver, and the market is known."
  },
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "works"
    ],
    "amendments": [
      {
        "description": "Contract value has been amended due to an identified error.  Original value = 1,650,000\nAmended value = 16,500,000",
        "id": "061565-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2025-12-15T23:59:59Z"
    },
    "contractTerms": {
      "financialTerms": "The Contractor shall submit monthly invoices electronically Invoices shall be submitted monthly in arrears in a single consolidated statement covering all sites. Each invoice must include: Contract reference and purchase order number. Site name, UPRN (if provided), and work order reference. Itemised breakdown of services delivered. Signed service sheets and/or certificates; and Open-book cost summary for all quoted works."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Client is seeking to appoint a single Principal Contractor to deliver the full scope of Service Level Agreements (SLAs) outlined in the specification, which includes: a. Statutory compliance maintenance and Planned Preventative Maintenance (PPM) across in-scope mechanical, electrical and specialist systems (see Detailed Technical Specification for SLA Provision and other appendices). b. Reactive maintenance in line with the response model in Response Times. c. Technical support and management of specialist subcontractors engaged under this Contract. d. 24/7 operations support for emergencies. e. While elements of the service may be subcontracted, the Contractor will remain the sole point of contact for the Client and will retain full responsibility for the coordination, management, and successful delivery of all aspects of the contract. The Contractor must: a. Ensure and provide proofs that all employees and subcontractors meet and maintain the required standards of competence, compliance, and performance. b. Maintain clear and consistent communication with the Client, regardless of subcontractor involvement. c. Be accountable for all service outcomes, including timeliness, quality, and statutory compliance. d. Provide a unified reporting structure and escalation process for all services delivered under the contract. e. This approach is intended to ensure streamlined communication, efficient contract management, and clear accountability throughout the duration of the agreement.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-10-02T10:11:13+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "061565-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/061565-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-11-06T12:00:00Z"
    },
    "id": "PCAS01.08",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Firefighting, rescue and safety equipment",
            "id": "35110000",
            "scheme": "CPV"
          },
          {
            "description": "Construction work",
            "id": "45000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Architectural, construction, engineering and inspection services",
            "id": "71000000",
            "scheme": "CPV"
          },
          {
            "description": "Building and facilities management services",
            "id": "79993000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKK"
          }
        ],
        "id": "LOT-0000",
        "relatedLot": "LOT-0000"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Contractor Responsibility \u0026 Service Delivery Model",
              "name": "Contractor Responsibility \u0026 Service Delivery Model",
              "numbers": [
                {
                  "number": 12.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Management of Service",
              "name": "Management of Service",
              "numbers": [
                {
                  "number": 12.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Case Study",
              "name": "Case Study",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Statutory Compliance Service",
              "name": "Statutory Compliance Service",
              "numbers": [
                {
                  "number": 7.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Reactive Repairs \u0026 Emergency Service",
              "name": "Reactive Repairs \u0026 Emergency Service",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Repairs \u0026 Maintenance Outside of Service Contract Requirements",
              "name": "Repairs \u0026 Maintenance Outside of Service Contract Requirements",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Additional Professional Services Support",
              "name": "Additional Professional Services Support",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Contract Mobilisation \u0026 Risk Management",
              "name": "Contract Mobilisation \u0026 Risk Management",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Sustainability",
              "name": "Sustainability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Total Annual Service Cost",
              "name": "Total Annual Service Cost",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "description": "Reactive Works Labour Rates",
              "name": "Reactive Works Labour Rates",
              "numbers": [
                {
                  "number": 7.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Material Mark-Up",
              "name": "Material Mark-Up",
              "numbers": [
                {
                  "number": 2.5,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-04-01T23:59:59+01:00",
          "maxExtentDate": "2033-04-01T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "LOT-0000",
        "options": {
          "description": "The following are additional services in addition to the statutory testing and servicing. The \u00a316.5m contract value includes the potential for this additional spend over the full term of the contract Remedial Works - \u00a36m Professional Services outside of scope - \u00a33.5m New Schools may join the Trust or the Contract during the term of the contract; therefore, a contract variation may be required. The quantities requiring servicing and maintenance may be amended during the course of the contract, either additions or subtractions. Additional activities to existing items may be required"
        },
        "renewal": {
          "description": "2 further 1 year extensions"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Due diligence checks will be undertaken to determine a Tenderer\u0027s financial standing. This will incorporate credit checks and a financial appraisal. To constitute a pass, tenderers must: a) Complete a credit check \u0026 financial appraisal. No outstanding CCJ\u0027s or bankruptcy must be shown. a) A minimum average annual turnover over the past two years of 1.5 times the Annual Contract Value. Any answers which lead the Trust, acting reasonably, to conclude, considering the risk that the relevant answer suggests about the Tenderer\u0027s ability to properly perform the specification, then the Tenderer may be rejected. Insurances a. Employer\u0027s (Compulsory) Liability Insurance = [\u00a310m] b. Public Liability Insurance = [\u00a310m] c. Professional Indemnity Insurance = [\u00a35m] d. Design Liability Insurance = [\u00a35m]",
              "type": "economic"
            },
            {
              "description": "Refer to Document 2c Contractor Competencies \u0026 Accreditations Provide details of up to three and at least one contract to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in the public sector for a multi site and multi discipline servicing contract. To constitute a pass, the contract example(s) provided shall be relevant to the requirement, with a sufficient level of detail that provides confidence in the Tenderer\u0027s established past experience in similar and relevant projects/contracts.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 16500000,
          "amountGross": 19800000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "Compliance and Legal Risks Failure to meet statutory obligations (e.g. fire safety, gas safety, electrical testing) can lead to legal penalties, closure of facilities, or even criminal liability for trustees or officers. Contractor Performance Risks Poor service delivery (e.g. missed inspections, substandard repairs) can lead to unsafe environments and reputational damage. Lack of contractor oversight or weak KPIs can result in unnoticed underperformance. Contractor insolvency or withdrawal can disrupt essential services and require emergency procurement. Financial Risks Cost overruns due to poor scoping, inflation, or unexpected repairs. Lack of value for money if the contract is not benchmarked or competitively tendered. Budget misalignment if servicing costs exceed allocated funds, impacting other areas of the trust\u0027s operations. Governance and Oversight Risks Weak internal controls or lack of internal scrutiny (as required by the Academy Trust Handbook) can allow issues to go undetected. Operational and Educational Impact Disruption to teaching and learning if facilities are not maintained to a safe and functional standard. Health and safety incidents due to neglected statutory checks (e.g. legionella, asbestos). Loss of stakeholder trust (parents, staff, Ofsted) if the school environment is compromised.",
    "status": "active",
    "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98342\u0026B=",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-11-06T12:00:00Z"
    },
    "title": "Plymouth CAST Provision of Statutory Testing, Servicing and Reactive Repair Services",
    "value": {
      "amount": 16500000,
      "amountGross": 19800000,
      "currency": "GBP"
    }
  }
}