Tender

The Cathedral School (Llandaff) ~ Cleaning Tender

  • Cathedral School

F02: Contract notice

Notice identifier: 2024/S 000-020921

Procurement identifier (OCID): ocds-h6vhtk-047bea

Published 9 July 2024, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Cathedral School

Cardiff Road, Llandaff

Cardiff

CF5 2YH

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKL - Wales

Internet address(es)

Main address

https://www.cathedral-school.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/35PN6XA57A

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

The Cathedral School (Llandaff) ~ 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 The Cathedral School - Llandaff.

two.1.5) Estimated total value

Value excluding VAT: £1,002,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

WALES

two.2.4) Description of the procurement

The Cathedral School is a co-educational, independent day school situated in Cardiff, South Wales. The School educates approximately 800 students from 3 years of age to 18 years of age within one campus comprising of a number of different buildings and facilities.

More information about the school can be found on their website: https://www.cathedral-school.co.uk/

The contract will commence on 01 April 2025 for an initial period of three years, with the option to extend the contract for a further three 12-month periods. This extension will be granted by mutual consent and on the same terms and conditions as the original contract.

The School is seeking a suitably experienced Contractor who has experience of working within the independent school sector or similar environment and is able to demonstrate the knowledge and understanding of contracts of this magnitude. Ideally the successful Supplier will have a strong operational base within Cardiff and the surrounding area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed.

The requirement of the School is that the successful Contractor provides an expertly clean school that is fit for purpose at all times and has a keen eye for detail within all cleaning duties. High levels of cleanliness throughout the premises are required and the School should always be “sparkling” which in turn will enhance the students’ learning experience.

As part of that requirement the successful Supplier is to be proactive in the management of the contract with open lines of communication. A robust level of onsite and offsite management support must be provided by the successful Supplier to ensure that the guaranteed input hours and detailed specification is delivered on a consistent basis within the contract period.

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: £1,002,000

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

Start date

1 April 2025

End date

31 March 2031

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

6 September 2024

Local time

12:00pm

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

7 October 2024

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

Electronic invoicing will be accepted

Electronic payment 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-Cardiff:-School-cleaning-services./35PN6XA57A

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/35PN6XA57A

GO Reference: GO-202479-PRO-26839224

six.4) Procedures for review

six.4.1) Review body

Cathedral School

Cardiff Road, Llandaff

Cardiff

CF5 2YH

Country

United Kingdom