Tender

Leigh Trust ~ Soft FM Tender

  • Leigh Trust

F02: Contract notice

Notice identifier: 2021/S 000-015701

Procurement identifier (OCID): ocds-h6vhtk-02c4c7

Published 7 July 2021, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

Leigh Trust

Leigh Road, Washwood Heath

Birmingham

B8 2YH

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.leightrust.co.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-Birmingham:-Facilities-management-services./698HHY5835

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

Leigh Trust ~ Soft FM Tender

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide catering services for the Leigh Trust.

two.1.5) Estimated total value

Value excluding VAT: £5,030,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services
  • 77314000 - Grounds maintenance services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Birmingham

two.2.4) Description of the procurement

The successful Supplier will be required to provide catering services for the Leigh Trust at the following locations:

•Alston Primary School. Number of Students on roll: 660. Number of Staff: 98 teachers and support staff

•Wyndcliffe Primary School. Number of Students on roll: 659. Number of Staff: 89 teachers and support staff

•Leigh Primary School. Number of Students on roll: 472. Number of Staff: 73 teachers and support staff

•Marlborough Junior and Infants Schools. Number of Students on roll: 641. Number of Staff: 91 teachers and support staff

•Nansen Primary School Number of Students on roll: 779. Number of Staff: 105 teachers and support staff

The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of cleaning and maintenance services at each of the Academies. The high-quality service levels proposed should maintain excellent standards throughout, resulting in a pleasant environment for both the students and staff.

The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide an environment that is fit for purpose and that the Supplier is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans is as detailed within the tender specification.

The contract being tendered is for three years in duration from 1 January 2022 until 31 December 2024, with the option to extend the contract term for a further term of up to two years and will be fixed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis.

It should be noted that the successful Supplier will be expected to bring to the cleaning element of the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.

At present, 4 of the 5 schools have maintenance staff and 7 individuals are employed (5 x 36.5 hrs, 1 x 30 hrs and 1 x 24 hrs) year-round for planned preventative and reactive maintenance duties and work between the hours of 8:00am and 6:30pm predominantly Monday to Friday. It is proposed that additional site staff transfer to the successful Supplier and full detail will be made available in the invitation to tender documentation.

Current duties include but are not limited to:

•General plumbing

•General electrics

•External hard surface maintenance

•Painting and decorating

•AHUs / AC units

•Plumbing ~ emergency call outs

•Electrics ~ emergency call outs

•Small building repairs

•Pest control services

•Gate maintenance

•Emergency lighting maintenance and testing

•Alarm maintenance fire and security

•Lift maintenance

•Legionella management ~ hot and cold-water systems planned preventative maintenance.

•Health and safety audits / reports

•Fire safety

•Local asbestos management plan

The Client’s objectives:

•To build upon the standards of cleanliness and maintenance services within the Academies

•To receive a service that complies with the service standards.

•To receive consistently high-quality cleaning and maintenance standards, via a motivated and fully staffed workforce

•To generate an improved learning environment for all students, within the Academies

•To receive proactive management support for the cleaning and maintenance staff

•To hold regular review meetings with the successful Supplier

Whilst the Client prioritises value for money as a key objective of the competitive tender process, the Board of Directors and the Leigh Trust are not obliged to accept the lowest price.

Please see the 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: £5,030,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2022

End date

31 December 2026

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

two.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/698HHY5835


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

20 August 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 September 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.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-Birmingham:-Facilities-management-services./698HHY5835

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/698HHY5835

GO Reference: GO-202177-PRO-18526876

six.4) Procedures for review

six.4.1) Review body

Leigh Trust

Leigh Road, Washwood Heath

Birmingham

B8 2YH

Country

United Kingdom