Section one: Contracting authority
one.1) Name and addresses
Newbury Academy Trust
Love Lane, Newbury
Berkshire
RG14 2DU
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ11 - Berkshire
Internet address(es)
Main address
https://www.newburyacademytrust.org/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/B5H5TS3XJ7
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
Newbury Academy Trust - 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 to Newbury Academy Trust at the following schools:
•Trinity School
•Fir Tree School
•Speenhamland Primary School
two.1.5) Estimated total value
Value excluding VAT: £1,083,774.2
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Berkshire
two.2.4) Description of the procurement
The tender
The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for each school in the Trust. The high quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at all schools.
The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide Schools that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans and standards achieved are as detailed within the Tender Specification.
The contract being tendered is from 1st April 2024 to 31st March 2027 with the option to extend for up to a further 2 years at the discretion of the client. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis.
It should be noted that the successful contractor will be expected to bring to 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.
Current Cleaning Arrangements
Trinity School
•The current incumbent contractor is Cleantec
•The annual value of the current contract at this school is £153,074.46 (price you currently pay Cleantec per annum)
•There are not incumbent staff at this school in the Local Government Pension Scheme (LGPS)
Fir Tree Primary School
•The current incumbent contractor is Cleantec
•The annual value of the current contract at this school is £28,386.97 (price you currently pay Cleantec per annum)
•There are not incumbent staff at this school in the Local Government Pension Scheme (LGPS)
Speenhamland Primary School
•The current incumbent contractor is Cleantec
•The annual value of the current contract at this school is £35,293.41 (price you currently pay Cleantec per annum)
•There are not incumbent staff at this school in the Local Government Pension Scheme (LGPS)
Contract value:
The total cost of cleaning at all schools is £216,754.84 per annum
The value of the new contract is therefore circa £1,083,774.2 (Total annual cost of cleaning at all schools, multiplied by 5 as the maximum term of the contract is 5 years)
Please see 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: £1,083,774.2
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
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
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
28 July 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 September 2023
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-Berkshire:-School-cleaning-services./B5H5TS3XJ7" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Berkshire:-School-cleaning-services./B5H5TS3XJ7
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/B5H5TS3XJ7" target="_blank">https://litmustms.co.uk/respond/B5H5TS3XJ7
GO Reference: GO-2023623-PRO-23263665
six.4) Procedures for review
six.4.1) Review body
Newbury Academy Trust
Love Lane, Newbury
Berkshire
RG14 2DU
Country
United Kingdom