Section one: Contracting authority
one.1) Name and addresses
Suffolk Academies Trust
Out Risbygate
Bury St Edmunds
IP33 3RL
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Suffolk Academies Trust
Out Risbygate
Bury St Edmunds
IP33 3RL
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Eastern Colleges Group - Building Cleaning Services
Reference number
CA12085 - RFTS
two.1.2) Main CPV code
- 90911200 - Building-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Eastern Colleges Group are looking for proposals for their building cleaning requirements at their West Suffolk College, Abbeygate Sixth Form, Built Environment Campus, Fore Street Campus, Haverhill Campus, Sudbury Campus and UPDC (HE) Campus.
This tender will be split into 3 lots representing the sites based in Mid-Suffolk (West Suffolk College, Abbeygate Sixth Form, Built Environment Campus and UPDC (HE) Campus), South Suffolk (Fore Street Campus, Haverhill Campus and Sudbury Campus), and the final lot for all sites combined.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot 1 - Mid-Suffolk sites
Lot No
1
two.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Bury St. Edmunds area
two.2.4) Description of the procurement
This Lot comprises of the West Suffolk College, Abbeygate Sixth Form College, Built Environment Campus and HE Campus all based within the Bury St. Edmunds area of Suffolk.
If you are only interested in working with the aforementioned College sites, then please only submit a bid for Lot 1. If you are interested in working with the sites detailed in Lot 1 and Lot 2 and would like to be considered for each Lot individually as well, please mark your interest for, and submit a response to Lot 1, Lot 2 and Lot 3.
If you are only interested in working strictly with all sites, please only respond to Lot 3.
Please note, the College will either award a supplier for Lot 1 and Lot 2, or for Lot 3 only.
The anticipated value of this Lot is £2,000,000.
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: £833,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: 6
Objective criteria for choosing the limited number of candidates:
It is known or anticipated that there are a large number of providers in the market, the Contracting Authority has limited resource to evaluate tenders. The Selection Criteria to be used to restrict the number of tenders can be found in the SQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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) Description
two.2.1) Title
Lot 2 - South Suffolk sites
Lot No
2
two.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Ipswich, Haverhill and Sudbury area
two.2.4) Description of the procurement
This Lot comprises of the Fore Street Campus, Haverhill Campus and Sudbury Campus.
If you are only interested in working with the aforementioned College sites, then please only submit a bid for Lot 2. If you are interested in working with the sites detailed in Lot 1 and Lot 2 and would like to be considered for each Lot individually as well, please mark your interest for, and submit a response to Lot 1, Lot 2 and Lot 3.
If you are only interested in working strictly with all sites, please only respond to Lot 3.
Please note, the College will either award a supplier for Lot 1 and Lot 2, or for Lot 3 only.
The anticipated value of this Lot is £500,000.
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: £833,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: 6
Objective criteria for choosing the limited number of candidates:
It is known or anticipated that there are a large number of providers in the market, the Contracting Authority has limited resource to evaluate tenders. The Selection Criteria to be used to restrict the number of tenders can be found in the SQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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) Description
two.2.1) Title
Lot 3 - All sites combined
Lot No
3
two.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
South to Mid Suffolk area
two.2.4) Description of the procurement
This Lot comprises of all College sites included in Lot 1 and Lot 2.
If you are interested in working with the sites detailed in Lot 1 and Lot 2 and would like to be considered for each Lot individually as well, please mark your interest for, and submit a response to Lot 1, Lot 2 and Lot 3.
If you are only interested in working strictly with all sites, please only respond to Lot 3.
If you are only interested in working with the sites detailed in either Lot 1 or Lot 2, please only respond to the respective lot.
Please note, the College will either award a supplier for Lot 1 and Lot 2, or for Lot 3 only.
The anticipated value of this Lot is £2,500,000.
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: £833,333
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: 6
Objective criteria for choosing the limited number of candidates:
It is known or anticipated that there are a large number of providers in the market, the Contracting Authority has limited resource to evaluate tenders. The Selection Criteria to be used to restrict the number of tenders can be found in the SQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)
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
No pass/fail elements for technical and professional ability section.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Current Assets are equal to or greater than Current Liabilities.
Minimum level(s) of standards possibly required
£10m Employer's Liability Insurance
£5m Public Liability Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
No pass/fail elements for technical and professional ability section.
Minimum level(s) of standards possibly required
Please refer to the SQ document for minimum levels required.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The tender documents are provided for transparency purposes only. Suppliers only need to complete the SQ document (and provide 3 x references) then upload these by the SQ deadline. The top 6 scoring suppliers will then be formally invited to tender, invited to the site visit etc. At this stage we will only accept questions surrounding the SQ document.
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
25 April 2023
Local time
10:00am
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
Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) – any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
six.4) Procedures for review
six.4.1) Review body
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
six.4.4) Service from which information about the review procedure may be obtained
Tenet Education Services Ltd
Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 7834518948
Country
United Kingdom