Tender

Felpham Community College ~ Cleaning Tender V2

  • Felpham Community College

F02: Contract notice

Notice identifier: 2024/S 000-024006

Procurement identifier (OCID): ocds-h6vhtk-048672

Published 31 July 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Felpham Community College

Felpham Way, Felpham, Bognor Regis

West Sussex

PO22 8EL

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://www.felpham.com/

one.3) Communication

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

https://litmustms.co.uk/respond/S85CM873TE

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

Felpham Community College ~ Cleaning Tender V2

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

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 this school.

two.1.5) Estimated total value

Value excluding VAT: £1,054,035

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Surrey, East and West Sussex

two.2.4) Description of the procurement

The basis and rationale that the client requires the successful contractor to operate to at all times, is being able to provide a School that is 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 cleaning is as detailed within the tender specification.

The contract being tendered is from 1st April 2025 to 31st March 2028 with an option to extend for up to a further two 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.

Contract value:

The annual contract value is circa £210,807

The value of the new contract is circa £1,054,035 (Current annual contract cost, multiplied by the maximum 5-year term of the contract)

Other notes:

•Please be advised that this contract will be let on a 3 year + 2 years basis.

•Please be advised that there are two current cleaning staff in the LGPS

•Please be advised that the cleaning service is currently contracted to Churchill Contract Services

•Please be advised that the School has a minimum requirement for a contractor’s employers’ liability/ public liability and professional indemnity insurance of £10m

•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m

•The winning bidder is required to pay the Litmus tender fee of £5,600 plus VAT, directly to the Litmus Partnership, upon contract award

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: £1,054,035

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

Start date

1 April 2025

End date

31 March 2030

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

21 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-West-Sussex:-School-cleaning-services./S85CM873TE

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/S85CM873TE

GO Reference: GO-2024731-PRO-27120380

six.4) Procedures for review

six.4.1) Review body

Felpham Community College

Felpham Way, Felpham, Bognor Regis

West Sussex

PO22 8EL

Country

United Kingdom