Tender

Eastern Colleges Group - Building Cleaning Services

  • Suffolk Academies Trust

F02: Contract notice

Notice identifier: 2023/S 000-008443

Procurement identifier (OCID): ocds-h6vhtk-03b55c

Published 23 March 2023, 11:36am



Section one: Contracting authority

one.1) Name and addresses

Suffolk Academies Trust

Out Risbygate

Bury St Edmunds

IP33 3RL

Email

will.lord@tenetservices.com

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

http://www.wsc.ac.uk/

Buyer's address

http://www.wsc.ac.uk/

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

Email

will.lord@tenetservices.com

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

http://www.wsc.ac.uk/

Buyer's address

http://www.wsc.ac.uk/

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

Email

mary.bee@tenetservices.com

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

Email

mary.bee@tenetservices.com

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

Email

mary.bee@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom