Section one: Contracting authority
one.1) Name and addresses
North Leamington School
Sandy Lane, Blackdown, Leamington Spa
Warwickshire
CV32 6RD
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.northleamingtonschool.warwickshire.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/tenders/UK-UK-Warwickshire:-School-cleaning-services./4MXJG3Q2YB
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
North Leamington 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 North Leamington School (the Client).
two.1.5) Estimated total value
Value excluding VAT: £1,110,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Warwickshire
two.2.4) Description of the procurement
The successful Supplier will be required to provide cleaning services for North Leamington School (the Client).
The contract will commence on 1 January 2022 for a period of three years, with the potential for an extension of up to a further three years on a 1 + 1 + 1 basis.
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.
We are seeking a suitably experienced Supplier who has current experience of working within the secondary school or HE / FE market place, ideally with a strong operational base within Central England, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed during the contract term.
A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.
The scope of the contract covers all of the cleaning provision within the school including all holiday and periodic cleans.
The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within North Leamington School on the contract performance.
The budgeted cost of cleaning for this contractual year is £185,000.
North Leamington School (Multi Academy Trust) is expected to grow in the number of schools becoming part of the Trust during this contract period, and the provision of cleaning services within these schools when they have joined the MAT will fall under the scope of this contract. The successful Supplier will be expected to provide this service within these additional schools using the same costing model that they applied to their successful tender submission for North Leamington School at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the MAT.
Please note: Further schools may be added to the contract during the tender process and during the life of the contract, as detailed above.
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: £1,110,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2025
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
Accelerated procedure
Justification:
Due to COVID restrictions, this is restricting the tender timing
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
9 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 July 2021
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
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-Warwickshire:-School-cleaning-services./4MXJG3Q2YB
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/4MXJG3Q2YB
GO Reference: GO-2021616-PRO-18410944
six.4) Procedures for review
six.4.1) Review body
North Leamington School
Sandy Lane, Blackdown, Leamington Spa
Warwickshire
CV32 6RD
Country
United Kingdom