Opportunity

Lighthouse Schools Partnership ~ Cleaning Tender

  • Lighthouse Schools Partnership

F02: Contract notice

Notice reference: 2021/S 000-029743

Published 30 November 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Lighthouse Schools Partnership

Gordano School, St Mary’s Road

Portishead

BS20 7QR

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

Internet address(es)

Main address

https://www.lsp.org.uk/

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-Portishead:-School-cleaning-services./SGX5843P27

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

Lighthouse Schools Partnership ~ 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 Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.

two.1.5) Estimated total value

Value excluding VAT: £54,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

The Lighthouse Schools Partnership is well established Multi Academy trust situated in North Somerset, which includes currently the following schools where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.

The schools which will be part of this tender and subsequent contract listed on a hub-by-hub basis are:

Gordano Hub

Gordano School

High Down Infant School

High Down Junior School

Portishead Primary School

St Mary's CE Primary School

St Peter's CE Primary School

Backwell Hub

Backwell School

Backwell CE Junior School

Flax Bourton CE Primary School

Grove Junior School

Hannah More Infant School

Northleaze CE Primary School

St Andrew's Primary School

West Leigh Infant School

Wraxall CE Primary

Yatton Infant School

Yatton CE Junior School

Chew Valley Hub

Chew Valley School

Bishop Sutton Primary School

Blagdon Primary School

East Harptree CE VC Primary School

Stanton Drew Primary School

Ubley CE VC Primary School

Whitchurch Primary School

Winford CE VC Primary School

The final list of schools to be included within the scope of the tender will be confirmed within the tender specification when issued to bidders.

The contract being tendered is for three years in duration from 1 August 2022 until 31 July 2025, with the option to extend for a further term of three years on the same terms and conditions excluding the right to further extend. 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.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the schools. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.

The schools require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide clean Schools that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all of the schools consistently.

It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BIC’S 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.

The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation, thus working to deliver the Lighthouse Schools Partnership’s environmental polices.

Please see the 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: £5,400,000

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

Start date

1 August 2022

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

7 January 2022

Local time

12:00pm

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

31 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-Portishead:-School-cleaning-services./SGX5843P27

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/SGX5843P27

GO Reference: GO-20211130-PRO-19317847

six.4) Procedures for review

six.4.1) Review body

Lighthouse Schools Partnership

Gordano School, St Mary's Road

Portishead

BS20 7QR

Country

United Kingdom