Section one: Contracting authority
one.1) Name and addresses
Bidston Village Primary School
Ballantyne Drive, Bidston
Merseyside
CH46 7XG
Contact
Neil Mayers
Telephone
+44 7810874152
Country
United Kingdom
NUTS code
UKD74 - Wirral
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Bidston Village Primary 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
This cleaning tender process is targeted to have a cleaning contract in place to commence on 1/4/23. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the school management team. Labour resource and relief cover is very important. We have set a minimum level of turnover for this tender at 250 000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (Compulsory) Liability Insurance of 10 000 000 GBP
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90919300 - School cleaning services
two.2.3) Place of performance
NUTS codes
- UKD74 - Wirral
two.2.4) Description of the procurement
This tender process is targeted to have a cleaning contract in place to commence on 1/4/23. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning and support required by the School management team. Labour resource and relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. In the SQ, this is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (Compulsory) Liability Insurance of 10 000 000 GBP & a Minimum Public Liability Insurance at 5 000 000 GBP. The contract will be for a 3+1+1 period (5 year in total).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option of up to two further annual extensions meaning a 5 year period in total with options.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 December 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 December 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
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227894.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:227894)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit