Section one: Contracting authority
one.1) Name and addresses
Robert May’s School
West Street, Odiham
Hampshire
RG29 1NA
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ35 - South Hampshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/F5G3NC4AYR
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
Robert May’s 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 Robert May’s School. The school has 1350 students on roll and 157 teaching and support staff.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
Main site or place of performance
South Hampshire
two.2.4) Description of the procurement
Robert May’s School is located in Odiham, Hampshire and in May 2012, the School became an Academy. The school is proud of its heritage and has been serving the local community since 1694. There is a strong ethos of mutual respect and appreciation of hard work, characterised by an unfailing belief that all students can succeed in their chosen paths and are capable of achieving excellence every day in whatever they do.
The successful supplier will be required to provide cleaning services for Robert May’s School. The school has 1350 students on roll and 157 teaching and support staff.
The contract being tendered is for three years in duration from 1 January 2024 to 31 December 2027. The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all cleaning services within the School, which currently comprises 7 buildings over a fairly compact site – mainly classrooms and offices with a few specialist areas including a sports hall, gym, drama studio, dining hall and a main hall.
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
The value of the current contract is: -
2021/22 £119,390 excl vat
2022/23 £131,328 excl vat
Robert May’s School expects the successful contractor to provide and maintain the level and standard of cleaning. The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the Academy management team. Labour resource and relief cover is very important for meeting the performance criteria of this contract. The school expects the successful tenderer to evidence, through their bid, how they shall ensure staff resources and cleaning standards will be delivered.
Please be advised that this contract will be let on a 3+2-year fixed price basis.
Contract value: £700,000 (annual value)
Please see DQ 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: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2024
End date
31 December 2027
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
18 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 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-Hampshire:-School-cleaning-services./F5G3NC4AYR" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Hampshire:-School-cleaning-services./F5G3NC4AYR
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/F5G3NC4AYR" target="_blank">https://litmustms.co.uk/respond/F5G3NC4AYR
GO Reference: GO-2023717-PRO-23421410
six.4) Procedures for review
six.4.1) Review body
Robert May’s School
West Street, Odiham
Hampshire
RG29 1NA
Country
United Kingdom