Section one: Contracting authority
one.1) Name and addresses
Crofty Multi Academy Trust
Unit 2 The Setons,, Tolvaddon Business Park,, Camborne
Cornwall
TR14 0HX
tenders@litmuspartnership.co.uk
Telephone
+44 01276673880
Country
United Kingdom
Region code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/63Z533FF5C
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
Crofty Multi Academy Trust ~ 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 a comprehensive cleaning and caretaking service, including daily term time and non-term time periodic cleaning, for the following 10 Schools:
1.Garras School https://www.garras.cornwall.sch.uk/website
2.Godolphin School https://www.godolphin.cornwall.sch.uk/
3.Pencoys School https://pencoys.croftymat.org/
4.Sithney School https://www.sithney.cornwall.sch.uk/website
5.Trannack School http://www.trannack.cornwall.sch.uk/website
6.Treloweth School http://treloweth.cornwall.sch.uk/
7.Portreath School https://portreath.croftymat.org/
8.Weeth School https://weeth.croftymat.org/
9.Halwin School http://www.halwin.co.uk/website
10.Pennoweth School https://pennoweth.croftymat.org/
Crofty Multi Academy Trust is a growing Trust of 16 Primary Schools across Cornwall. More information can be found on their website:
two.1.5) Estimated total value
Value excluding VAT: £1,174,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
Main site or place of performance
Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The Trust is seeking a suitably experienced contractor who has current experience of working within the education sector, preferably within both Primary and Secondary establishments to demonstrate the knowledge and understanding of contracts of a similar size and nature. Ideally the successful contractor will have a strong operational base within Cornwall, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
The scope of the contract covers all of the cleaning provision within the schools, this includes term time daily cleaning, plus a number of weeks for holiday and periodic cleaning during non-term time to provide a deeper clean of the school and its buildings to ensure they are suitably prepared for the beginning of each academic term.
The requirement of the School and Trust is that the successful contractor provides a clean and functioning premises, as per the specification, that is fit for purpose at all times through delivering the guaranteed level of input hours. As part of that requirement the successful contractor is to be proactive in the management of the contract with open lines of communication. That communication must include frequent and proactively provided management information.
TUPE is expected to apply and it is anticipated that some employees may be members of the Local Government Pension Scheme (LGPS) and therefore the successful contractor would be expected to gain Admitted Body Status (ABS) in order to continue contributing to the scheme.
A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.
The Contractor may be asked to undertake works not included in this Specification. Aside from the cost of materials, where possible additional works should be delivered within the hours of the existing cleaning operatives or, where necessary, provided by additional staff paid for on an agreed hourly basis or by a quoted fixed price.
The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within Crofty Multi Academy Trust on the contract performance.
The contract will commence on 01 September 2023 for an initial contract period of three years, with the option to extend the contract for a further two 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract.
The contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of the cleaning provision. Financial constraints affecting all schools mean that a robust and cost-effective solution must be provided.
The Trust is expected to grow in the number of Academies becoming part of the Trust during this contract period, and the provision of cleaning services within these Academies when they have joined the Trust may fall under the scope of this contract. The successful Supplier will be expected to provide this service within these Academies using the same costing model, ratios etc that they applied to their successful tender submission for the Trust at the point of tender submission. The duration of contract for these Academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
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: £1,174,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2028
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
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
17 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 April 2023
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-Cornwall:-School-cleaning-services./63Z533FF5C" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Cornwall:-School-cleaning-services./63Z533FF5C
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/63Z533FF5C" target="_blank">https://litmustms.co.uk/respond/63Z533FF5C
GO Reference: GO-2023214-PRO-22124731
six.4) Procedures for review
six.4.1) Review body
Crofty Multi Academy Trust
Cornwall
Country
United Kingdom