Section one: Contracting authority
one.1) Name and addresses
Unity Schools Trust
Thorpe Road, Staines
Surrey
TW18 3HJ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
http://www.unityschoolstrust.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/JS2J7XB8D2
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
Unity Schools Trust ~ Cleaning Services 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 Unity Schools Trust. Unity Schools Trust is a geographically based Multi-Academy Trust (MAT), formed in September 2015. All academies in the MAT are governed by one trust, with clear lines of delegation to local governing bodies in each academy. We have 2 schools in our trust currently, namely, The Magna Carta School in Staines and Bishop David Brown School in Woking.
The Magna Carta School ~
Thorpe Rd, Staines Upon Thames TW18 3HJ
http://www.magnacarta.surrey.sch.uk/
Bishop David Brown School ~
Albert Drive, Woking, Surrey, GU21 5RF
two.1.5) Estimated total value
Value excluding VAT: £557,624.88
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 successful Supplier will be required to provide cleaning services for Unity Schools Trust.
Unity Schools Trust is a geographically based Multi-Academy Trust (MAT), formed in September 2015. All academies in the MAT are governed by one trust, with clear lines of delegation to local governing bodies in each academy. We have 2 schools in our trust currently, namely, The Magna Carta School in Staines and Bishop David Brown School in Woking.
The Trust believes that success should be celebrated and that students should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students.
As a Trust who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century.
The Trust expects the successful cleaning contractor to enable the continued development of cleaning services. The Trust expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of the Trust.
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 cleaning contract being tendered is for three years in duration from 2022.
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 annual value of the current contract is:
Bishop David Brown = £83,949.96
Magna Carta = £101,925.00
Square meterage:
Bishop David Brown School = 7668.2
The Magna Carta School = 8029.4
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: £557,624.88
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 August 2025
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
3 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 January 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-Surrey:-School-cleaning-services./JS2J7XB8D2
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/JS2J7XB8D2
GO Reference: GO-20211028-PRO-19148182
six.4) Procedures for review
six.4.1) Review body
Unity Schools Trust
Surrey
Country
United Kingdom