Section one: Contracting authority
one.1) Name and addresses
St Francis of Assisi College
Erdington Road, Aldridge
Walsall
WS9 0RN
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG38 - Walsall
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/QE537YXNNH
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
St Francis of Assisi Catholic Technology College ~ 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 at St Francis of Assisi Catholic Technology College.
two.1.5) Estimated total value
Value excluding VAT: £810,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
Main site or place of performance
Walsall
two.2.4) Description of the procurement
The contract will commence on 1 August 2024 for an initial period of three years, with the option to extend the contract for a further three years excluding the right to extend beyond this time.
This 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 cleaning provision.
The Headteacher, Mr Salkeld, welcome’s you to St Francis of Assisi Catholic College. I am hugely proud of our school’s Catholic ethos, caring culture and excellent learning which takes place here every day. The staff, students and community make this a fabulous school where all feel happy and safe and enjoy close working relationships. We put our school motto ‘Nil Satis Optimum’, only the best is good enough, at the heart of all of our work and that means that together we work with great respect and pride. We value the uniqueness of each individual and are proud of our inclusivity, celebrating the contributions of everyone to our school.
We are seeking a suitably experienced Supplier who has current experience of working within the secondary school or HE / FE marketplace, ideally with a strong operational base within the West Midlands, 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.
Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the schools. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.
The school require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide a clean School that is fit for purpose and that the Contractor is pro-active in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency are delivered.
Please see SQ document for more 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: £810,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2024
End date
31 July 2030
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
28 March 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-Walsall:-School-cleaning-services./QE537YXNNH" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Walsall:-School-cleaning-services./QE537YXNNH
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/QE537YXNNH" target="_blank">https://litmustms.co.uk/respond/QE537YXNNH
GO Reference: GO-2024223-PRO-25357100
six.4) Procedures for review
six.4.1) Review body
St Francis of Assisi College
Erdington Road, Aldridge
Walsall
WS9 0RN
Country
United Kingdom