Tender

Bristol Cathedral Choir School - part of Cathedral Schools Trust

  • Bristol Cathedral Choir School - part of Cathedral Schools Trust

F02: Contract notice

Notice identifier: 2023/S 000-001693

Procurement identifier (OCID): ocds-h6vhtk-0398e0

Published 19 January 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Bristol Cathedral Choir School - part of Cathedral Schools Trust

College Square

Bristol

BS1 5TS

Contact

Nigel Armstrong

Email

info@3c-ltd.co.uk

Telephone

+44 7900784030

Country

United Kingdom

Region code

UKK11 - Bristol, City of

National registration number

Cathedral Schools Trust

Internet address(es)

Main address

https://bccs.bristol.sch.uk/

Buyer's address

https://www.cathedralschoolstrust.org/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Building-cleaning-services./2DU3C49836

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.delta-esourcing.com/tenders/UK-title/2DU3C49836

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bristol Cathedral Choir School - part of Cathedral Schools Trust

two.1.2) Main CPV code

  • 90911200 - Building-cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Cathedral Schools Trust, comprising of Bristol Cathedral School and Cathedral Primary School, are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current staff.

two.1.5) Estimated total value

Value excluding VAT: £465,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of
Main site or place of performance

Bristol, City of

two.2.4) Description of the procurement

Cathedral Schools Trust, comprising of Bristol Cathedral School and Cathedral Primary School, are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current staff.

two.2.5) Award criteria

Quality criterion - Name: Contract Management and Staffing Resources / Weighting: 35

Quality criterion - Name: Contractor/Client Reporting / Weighting: 10

Quality criterion - Name: Service Expectations and Delivery / Weighting: 25

Cost criterion - Name: Three Year Contract Value / Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £465,000

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

Start date

1 August 2023

End date

31 July 2026

This contract is subject to renewal

Yes

Description of renewals

The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

This is detailed within the SQ Documents and subsequent ITT documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In the first instance, candidates should register with www.delta-esourcing.com (https://www.delta-esourcing.com) and express an interest in the contract. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non-payments relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Candidates will need to provide as part of the selection questionnaire process details of turnover, profit and capital and reserves for previous 3 years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process

Minimum level(s) of standards possibly required

A statement of a minimum turnover level is detailed within the standard questionnaire documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Candidates will need to provide as part of the process evidence of current business, quality standards, accreditation and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

Financial risk grid status will be evaluated on a pass/fail basis. Please see the explanation on page 6-8 of the document for further information.

Levels of insurance cover will be evaluated on a pass/fail basis. The suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:

— public liability insurance GBP 5 000 000.00,

— employers liability insurance GBP 5 000 000.00.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 March 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Yes — 30 months from contract start date, depending on whether extension periods are taken up

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Building-cleaning-services./2DU3C49836" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Building-cleaning-services./2DU3C49836

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/2DU3C49836" target="_blank">https://www.delta-esourcing.com/respond/2DU3C49836

GO Reference: GO-2023119-PRO-21944358

six.4) Procedures for review

six.4.1) Review body

Bristol Cathedral Choir School

College Square

Bristol

BS1 5TS

Email

info@3c-ltd.co.uk

Telephone

+44 7900784030

Country

United Kingdom

Internet address

https://bccs.bristol.sch.uk/

six.4.2) Body responsible for mediation procedures

Bristol Cathedral Choir School

College Square

Bristol

BS1 5TS

Email

info@na-consutlancy.co.uk

Telephone

+44 7900784030

Country

United Kingdom

Internet address

https://bccs.bristol.sch.uk/