Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

First Federation - PPM Servicing

  • First published: 04 March 2026
  • Last modified: 04 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-06618e
Published by:
First Federation Trust
Authority ID:
AA80767
Publication date:
04 March 2026
Deadline date:
20 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The proposed contract will be for the provision of planned preventative maintenance services (“PPM”) to the Trust. 2. The proposed contract will encompass delivering the following as part of the PPM servicing: a. Statutory compliance maintenance and planned preventative maintenance b. Reactive maintenance. c. Provision of technical support and management of all specialist contracts and subcontracts as part of this Contract. d. Provision of 24-hour operations support.

Full notice text

Scope

Procurement reference

FFT01.56

Procurement description

The proposed contract will be for the provision of planned preventative maintenance services (“PPM”) to the Trust. 2. The proposed contract will encompass delivering the following as part of the PPM servicing: a. Statutory compliance maintenance and planned preventative maintenance b. Reactive maintenance. c. Provision of technical support and management of all specialist contracts and subcontracts as part of this Contract. d. Provision of 24-hour operations support.

Main category

Services

Additional categories

Works

Delivery regions

  • UKK - South West (England)

Total value (estimated, excluding VAT)

1000000 GBP to 1000000GBP

Contract dates (estimated)

01 September 2026, 01:00AM to 31 August 2029, 23:59PM

Extension end date (if all the extensions are used): 31 August 2031

Contracting authority

First Federation Trust

Identification register:

  • GB-PPON

Address 1: Blackpool C Of E Primary School,

Town/City: Liverton, Newton Abbot,

Postcode: TQ12 6JB

Country: United Kingdom

Website: https://www.firstfederation.org/

Public Procurement Organisation Number: PVCJ-5187-QCLL

NUTS code: UKK43

Contact name: Alex Bremner

Email: alex.bremner@firstfederation.org.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: LOT-0000

CPV classifications

  • 50000000 - Repair and maintenance services
  • 35110000 - Firefighting, rescue and safety equipment
  • 45000000 - Construction work
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 50720000 - Repair and maintenance services of central heating
  • 50750000 - Lift-maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71620000 - Analysis services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 79993000 - Building and facilities management services
  • 90700000 - Environmental services

Delivery regions

  • UKK - South West (England)

Lot value (estimated)

1000000 GBP Excluding VAT

1200000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 September 2026, 01:00AM

Contract end date (estimated)

31 August 2029, 23:59PM

Extension end date (estimated)

31 August 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Two further 1 year extensions in 12 month intervals (3+1+1)

Does the lot include options?

Yes

Description of options

The following are additional services in addition to the statutory testing and servicing. The contract value includes the potential for this additional spend over the full term of the contract Remedial Works - potential of £200k per year New Schools may join the Trust or the Contract during the term of the contract; therefore, a contract variation may be required. - potential of £300k added in for growth 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

Participation

Conditions

Economic

Conditions of participation

Due diligence checks will be undertaken to determine a Tenderer’s financial standing. This will incorporate credit checks and a financial appraisal. To constitute a pass, tenderers must: a) Complete a credit check & financial appraisal. No outstanding CCJ’s 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’s ability to properly perform the specification, then the Tenderer may be rejected. Insurances a. Employer’s (Compulsory) Liability Insurance = [£10m] b. Public Liability Insurance = [£10m] c. Professional Indemnity Insurance = [£5m]

Conditions

Economic

Conditions of participation

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’s established past experience in similar and relevant projects/contracts.

Award criteria

Type: quality

Name

Contractor Responsibility & Service Delivery Model

Weighting: 15

Weighting type: percentageExact

Type: quality

Name

Management of Service

Weighting: 15

Weighting type: percentageExact

Type: quality

Name

Case Study

Weighting: 5.0

Weighting type: percentageExact

Type: quality

Name

Statutory Compliance Service

Weighting: 10.0

Weighting type: percentageExact

Type: quality

Name

Repairs & Maintenance Outside of Service Contract Requirements

Weighting: 5.0

Weighting type: percentageExact

Type: quality

Name

Reactive Repairs & Emergency Service

Weighting: 5.0

Weighting type: percentageExact

Type: quality

Name

Additional Professional Services Support

Weighting: 2.5

Weighting type: percentageExact

Type: quality

Name

Contract Mobilisation & Risk Management

Weighting: 2.5

Weighting type: percentageExact

Type: cost

Name

Total Annual Service Cost

Weighting: 30.0

Weighting type: percentageExact

Type: price

Name

Reactive Works Labour Rates – Total Average

Weighting: 7.5

Weighting type: percentageExact

Type: price

Name

Reactive Works Material Markup – Total Average

Weighting: 2.5

Weighting type: percentageExact

Contract terms and risks

Payment terms

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.

Description of risks to contract performance

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’s 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.

Payment terms

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.

Description of risks to contract performance

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’s 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.

Tender submission deadline

20 April 2026, 12:00PM

Enquiry deadline

20 April 2026, 00:00AM

Date of award of contract

02 June 2026, 23:59PM

Submission address and any special instructions

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103349&TID100108546&B=

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

01 January 2031, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
45000000 Construction work Construction and Real Estate
71500000 Construction-related services Architectural, construction, engineering and inspection services
71300000 Engineering services Architectural, construction, engineering and inspection services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
50750000 Lift-maintenance services Repair and maintenance services of building installations
50000000 Repair and maintenance services Other Services
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50410000 Repair and maintenance services of measuring, testing and checking apparatus Repair and maintenance services of medical and precision equipment
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
50400000 Repair and maintenance services of medical and precision equipment Repair and maintenance services
50510000 Repair and maintenance services of pumps, valves, taps and metal containers Repair and maintenance services for pumps, valves, taps and metal containers and machinery
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71631000 Technical inspection services Technical inspection and testing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.