Tender

Slough and East Berkshire Church of England Multi Academy Trust ~ Cleaning Tender

  • Slough and East Berkshire Church of England Multi Academy Trust

F02: Contract notice

Notice identifier: 2022/S 000-028699

Procurement identifier (OCID): ocds-h6vhtk-037512

Published 12 October 2022, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

Slough and East Berkshire Church of England Multi Academy Trust

Ragstone Road, Chalvey

Slough

SL1 2PU

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.sebmat.com/

one.3) Communication

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

https://litmustms.co.uk/tenders/UK-UK-Slough:-School-cleaning-services./7RE65T847W

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

Slough and East Berkshire Church of England Multi Academy Trust ~ 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 Slough and East Berkshire Church of England Multi Academy Trust..

two.1.5) Estimated total value

Value excluding VAT: £2,244,365

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
Main site or place of performance

Berkshire

two.2.4) Description of the procurement

Slough and East Berkshire Church of England Multi Academy Trust:

Slough and East Berkshire Church of England Multi-Academy Trust (SEBMAT) has been established as a group of schools, which can support each other to ensure the best possible outcomes for the young people in Slough and the nearby areas. This group of schools may include primary and secondary phases and may have a Church of England link but this does not prevent Non-Church of England Schools joining the Trust. SEBMAT will support schools to achieve educational excellence through robust governance, effective leadership and management, coaching, sharing good practice and helping to secure good value for money.

The Trust is looking forward to measured expansion, which is pursued with caution and sustainability, ensuring that all students in the Trust continue to receive the highest quality of education together with achieving high standards.

SEBMAT aims to provide:

•Excellence in leadership

•Improvements in education with high standards

•Sustained momentum across the improvement journey

•Curriculum innovation

•Links to local, national and international groups

•Facilitated school-to-school networks, coordinating and brokering expertise

•Recruiting and developing excellent staff

•Excellent financial management and value for money

All 6 schools currently within the MAT participating in this tender:

Colnbrook C of E Primary School

Lynch Hill School Primary Academy (LHSPA)

Eton Porny C of E First School

Lynch Hill Enterprise Academy

Slough & Eton C of E Business & Enterprise College

Woodlands Park Primary School

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 each school in the Trust. The high quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at all schools.

The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide Schools that are 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 cleans and standards achieved are as detailed within the Tender Specification.

The contract being tendered is from 1st August 2023 until 31st July 2026 with an option to extend for up to a further 2 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.

Please see the SQ document for more details.

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: £2,244,365

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

Start date

1 August 2023

End date

31 July 2028

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 November 2022

Local time

12:00pm

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

27 January 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-Slough:-School-cleaning-services./7RE65T847W

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/7RE65T847W

GO Reference: GO-20221012-PRO-21129458

six.4) Procedures for review

six.4.1) Review body

Slough and East Berkshire Church of England Multi Academy Trust

Ragstone Road, Chalvey

Slough

SL1 2PU

Country

United Kingdom