Tender

Weston College ~ Cleaning and Security Tender

  • Weston College

F02: Contract notice

Notice identifier: 2022/S 000-019977

Procurement identifier (OCID): ocds-h6vhtk-0354b1

Published 22 July 2022, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Weston College

Knightstone Campus, Knightstone Road

Weston-super-Mare

BS23 2AL

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK23 - Somerset

Internet address(es)

Main address

https://www.weston.ac.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-Weston-super-Mare:-School-cleaning-services./6XEVB32Q8K

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

Weston College ~ Cleaning and Security 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 and security services for Weston College.

The successful tenderer will be required to provide cleaning and security services to the following campuses which form Weston College. The successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.

two.1.5) Estimated total value

Value excluding VAT: £3,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

The various campuses within Weston College comprise of:

•Knightstone Road Campus

•University Campus

•South West Skills Campus

•Winter Gardens

•Weston Bay

•Health & Living

•Law & Professional Services Academy

•Puxton Park Campus

•Parkside

•Construction Training Centre

The contract being tendered is for three years in duration from 1 August 2023 until 31 July 2026, with the option to extend for a further term and will be fixed price in nature.

The provision of security services is limited to a small number of campuses within the Weston College Group and will include a manned presence at various times of the day as detailed within the tender specification. It is believed there will be few campuses within the Weston College Group that require a security service moving into this contract period and the provision for these services will be included within the main specification for cleaning services. This service is required at the following campuses Knightstone Road, University Campus and the South West Skills Campus

Tender submissions will only be considered for the supply of both services and this will not be split into the component parts of cleaning and security. The successful contractor must hold all the relevant statutory requirements at the point of tender submission to enable them to operate a security provision within the Weston College Group.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the college. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.

The college requires that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide campuses that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.

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.

The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation, thus working to deliver the Lighthouse Schools Partnership’s environmental polices

The terms and conditions of employment and recognition offered to the cleaning and security operatives should be both progressive and forward thinking ensuring that the staffing establishment is complete at all times and staff turnover is kept to a minimum.

The current annual value of the contract is approximately £625,000.00 plus VAT.

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: £3,750,000

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

Start date

1 August 2023

End date

31 July 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

9 September 2022

Local time

12:00pm

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

28 November 2022

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-Weston-super-Mare:-School-cleaning-services./6XEVB32Q8K

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/6XEVB32Q8K

GO Reference: GO-2022722-PRO-20659229

six.4) Procedures for review

six.4.1) Review body

Weston College

Knightstone Campus, Knightstone Road

Weston-super-Mare

BS23 2AL

Country

United Kingdom