Section one: Contracting authority
one.1) Name and addresses
Chenderit School
Archery Road, Middleton Cheney, Banbury
Oxfordshire
OX17 2QR
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
National registration number
07900254
Internet address(es)
Main address
http://www.chenderit.northants.sch.uk/index.asp
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/98UZ89M534
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Chenderit School ~ Cleaning Tender
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The successful Supplier will be required to provide Cleaning services for Chenderit School.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
Chenderit School is a coeducational 11–18 state secondary school with specialist status in the visual arts in Middleton Cheney near Banbury. Cleaning services are currently provided by an in-house team of cleaners, but the School has now decided to outsource the cleaning provision. TUPE shall apply to this contract.
The successful Supplier will be required to provide Cleaning services for Chenderit School.
The school has a footprint of 7,044m2. There is currently a team of 15 cleaners.
Cleaning services will be required throughout term time with sufficient service provision during holidays to conduct period cleaning tasks and prepare the school for re-occupation.
The School is looking for a contractor capable of providing a dedicated, professional and consistent cleaning service to the School throughout the year, with robust and responsive management support and the ability to provide contingency cleaning resources if required. The contractor will employ all cleaning staff and provide the necessary cleaning equipment and materials.
We are seeking a suitably experienced contractor who has current experience of working within the secondary school or HE / FE marketplace, ideally with a strong operational base within the Banbury area, thus allowing for responsive, contract support and management of cleaning staff.
Any company wishing to be considered for this contract must be able to demonstrate experience and depth of knowledge in the management and handling of TUPE issues.
The contract will commence on 1st August 2021 for an initial period of 3 years, with the option to extend by mutual agreement for a further two periods of one year.
This contract will be fixed price in nature with the successful contractor working to an output cleaning specification which complies with the British Institute of Cleaning Science (BICSc) standards. The estimated contract value is £100,000 net of VAT per annum (£500k over five years).
The successful tenderer will be required to formally report each month on cleaning standard performance, labour levels and operational matters, which will be monitored by the Litmus Partnership Ltd.
Please see SQ Document for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2021
End date
31 July 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
two.2.10) Information about variants
Variants will be accepted: Yes
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
two.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/98UZ89M534
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 April 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Oxfordshire:-School-cleaning-services./98UZ89M534
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/98UZ89M534
GO Reference: GO-2021215-PRO-17793797
six.4) Procedures for review
six.4.1) Review body
Chenderit School
Oxfordshire
OX17 2QR
Country
United Kingdom