Section one: Contracting authority
one.1) Name and addresses
Harborne Academy
Harborne Road
Birmingham
B15 3JL
Telephone
+44 1214642737
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
http://www.wlpconsultancy.co.uk
Buyer's address
http://www.wlpconsultancy.co.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:
Harborne Academy
Harborne Road
Birmingham
B15 3JL
Telephone
+44 1214642737
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
http://www.wlpconsultancy.co.uk
Buyer's address
http://www.wlpconsultancy.co.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
Harborne Academy Tender for Cleaning Servivces
Reference number
CA10350 -
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide cleaning services to Harborne Academy, Harborne Road, Birmingham, B15 3JL
two.1.5) Estimated total value
Value excluding VAT: £210,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
Harborne Academy is a secondary school providing education for mixed pupils aged 11 to 16. There are currently circa 600 pupils on roll. The Academy requires cleaning services to provided at their site based at Harborne Road, Birmingham B15 3JL.Cleaning services are currently a contracted service to Harborne Academy with staff dedicated to the contract site.
Cleaning of a regular and routine nature is required, together with more specific periodical cleaning outside of the term-time operation. In addition, more specialist cleaning may be required, for which contractors will be asked to provide a separate quotation. The contract will be awarded for a period of 3 years, commencing from 1st October 2022 with the option to extend this for up to a further 2 years. This option will be measured against achievement of agreed Key Performance Indicators from day one of the contract.
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: £210,000
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: 8
Objective criteria for choosing the limited number of candidates:
Experience in the field, References from previous contracts, financial stability
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
Tenderer must be established in the field and financially secure with a minimum of 3 years trading history and able to demonstrate suitable expertise in the cleaning sector within the Education sector
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
A statement of the tenderer's turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available. Abbreviated audited accounts for previous 3 years trading will be required.
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
16 May 2022
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.4) Procedures for review
six.4.1) Review body
Harborne Academy
Harborne Rd
Birmingham
B15 3JL
Country
United Kingdom