Opportunity

John Colet School ~ Cleaning Tender

  • John Colet School

F02: Contract notice

Notice reference: 2023/S 000-005682

Published 27 February 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

John Colet School

Wharf Road, Wendover, Aylesbury

Buckinghamshire

HP22 6HF

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

http://www.johncolet.co.uk

one.3) Communication

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

https://litmustms.co.uk/respond/N96EN87MK9

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

John Colet 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 John Colet School.

two.1.5) Estimated total value

Value excluding VAT: £360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

The successful Supplier will be required to provide cleaning services for John Colet School.

John Colet school is a large state school of approximately 1100 secondary school pupils including the sixth form. The school was originally built in the 1950s and has benefitted from several extensions and new buildings as it has grown over the years.

The contract covers the scope for the provision of all cleaning services within the School. The tender project is seeking to appoint a

contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities.

The school’s campus is across multiple separate buildings and blocks with each block having been maintained to a good standard – for example sanitary ware and all flooring are in good condition throughout.

The school has a busy lettings business, for studios, sports hall and lecture theatres, on weekday evenings and weekends which means some prioritisation of tasks and reduced windows for weekly cleaning tasks for the cleaning team that are all on a pm based routine with the exception of one daytime cleaner that currently has a set zone - cleaning some administration blocks, although potentially this may have changed by the time the new contract period commences.

The cleaning team currently work prescribed zones which have not been subject to changes for significant time.

The client sees an ideal opportunity to reset the basic specifications, and then is looking for a service provider that can:

•deliver consistency and compliance to standards and regulations in day to day and in periodic cleaning

•give realistic cost certainty but also assure value for money spent

•flex its schedules and service to accommodate both one off and regular events

•provide a fit for purpose and proactive off-site management support function

•communicate well with both the school and the on-site cleaning team

•build an operating model over the contract term that fits the needs of the school

The contract being tendered is for three years in duration from 1 October 2023 until September 2026 and is likely to be fixed price in nature, with the Contractor invoicing the Client for one twelfth of the annual cost on a monthly basis.

It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and

cleaning methods, with BIC Sc standards being achieved as a minimum, thus ensuring that the highest levels of cleanliness are

maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward

into the new contract term.

The value of the current contract is approximately £120,000 p.a. including all periodic cleaning, with some additional cleaning currently out of scope being brought into the specification under this agreement.

Although TUPE details are not yet available at the time of writing, it is expected that around half of the current headcount (6 operators) are long-serving with LGPS equivalent benefits – the relevant detail of which will be available during the ITT.

Full details in relation to John Colet School may be obtained by visiting: Home - John Colet School

Please see SQ document for further details.

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: £360,000

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

Start date

1 October 2023

End date

30 September 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


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

7 April 2023

Local time

12:00pm

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

1 May 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-Buckinghamshire:-School-cleaning-services./N96EN87MK9" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Buckinghamshire:-School-cleaning-services./N96EN87MK9

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/N96EN87MK9" target="_blank">https://litmustms.co.uk/respond/N96EN87MK9

GO Reference: GO-2023227-PRO-22218523

six.4) Procedures for review

six.4.1) Review body

John Colet School

Buckinghamshire

Country

United Kingdom