Section one: Contracting authority
one.1) Name and addresses
Birchwood Community High School
Brock Road, Birchwood
Warrington
WA3 7PT
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKD61 - Warrington
Internet address(es)
Main 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
Birchwood Community High 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 Birchwood high School, Warrington
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £385,085.69
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
Main site or place of performance
Warrington
two.2.4) Description of the procurement
The successful Supplier will be required to provide cleaning services for Birchwood high School, Warrington The current cleaning service provision at birchwood high School has not been market tested in recent years and to ensure Best Value principles are applied the Client has made a decision to tender the cleaning service. The current cleaning operation is run by Bulloughs. The value of the current contract is £120k and it is intended that the initial contract shall run for a period of 3 years, with the ability to extend by a further two years with agreement with both parties. For the avoidance of doubt TUPE Regulations will apply to this contract. The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the school on contract performance. It is imperative that an open book policy is offered to ensure the Client has total clarity on both operational and financial performance. The Client is seeking both innovation and the application of current cleaning techniques and up-to-date equipment within the tender submissions and would expect as a result of this to be able to identify ‘best value’ principles and work in partnership with the chosen Supplier going forward. The Client has set five key objectives which should be focused upon throughout the tender process. They are: •Ongoing savings year-on-year during the contract term. •The contract will be for 3 years initially, with the option of a 2 year extension, depending on operational and financial performance. •Review / suggestions to improve work methodology; suggestions to improve the efficiency of service. •Due to the high percentage of hard flooring throughout the site, it is believed specialist equipment will be required to maintain a high standard of cleanliness throughout. Recommendations and investment of this equipment should be included within the financial submission of the tender document. •The successful Supplier must deliver a consistently, high standards of cleanliness across the site. A reconciliation will take place monthly to reconcile the actual operating financial result to allow the Client to see how the cleaning operation is performing financially. Any banked hours will be accrued and used to cover additional periodic cleans or credited back to the Client at the end of each financial year. See SQ document for further details.
two.2.5) Award criteria
Price
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-003556
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 June 2023
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Orian Solutions Ltd
5a Wavell Drive Rosehill Industrial Estate
Carlisle
Country
United Kingdom
NUTS code
- UKD1 - Cumbria
National registration number
08237164
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £385,085.69
Section six. Complementary information
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=800141316" target="_blank">https://litmustms.co.uk/delta/viewNotice.html?noticeId=800141316
GO Reference: GO-202383-PRO-23561375
six.4) Procedures for review
six.4.1) Review body
Birchwood Community High School
Warrington
Country
United Kingdom