Section one: Contracting authority
one.1) Name and addresses
Light Hall School
Hathaway Road, Shirley, Solihull
West Midlands
B90 2PZ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/88N97A4R24
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
Light Hall 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
The successful Supplier will be required to provide cleaning services for Light Hall School, Solihull, West Midlands.
two.1.5) Estimated total value
Value excluding VAT: £166,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The current cleaning service provision at the Schools has not been market tested in recent years and to ensure Best Value principles are applied the Client has made a decision to tender the cleaning service.
The current cleaning operation is run by Accuro Facilities.
The value of the current contracts is £166k and it is intended that the initial contract shall run for a period of 3 years starting 1st September 2024, with the ability to extend by a further two years with agreement with both parties.
For the avoidance of doubt TUPE Regulations will apply to this contract.
The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the school on contract performance. It is imperative that an open book policy is offered to ensure the Client has total clarity on both operational and financial performance.
The Client is seeking both innovation and the application of current cleaning techniques and up-to-date equipment within the tender submissions and would expect as a result of this to be able to identify ‘best value’ principles and work in partnership with the chosen Supplier going forward.
The Client has set five key objectives which should be focused upon throughout the tender process. They are:
•Ongoing savings year-on-year during the contract term.
•Review / suggestions to improve work methodology; suggestions to improve the efficiency of service.
•Due to the high percentage of hard flooring throughout the site, it is believed specialist equipment will be required to maintain a high standard of cleanliness throughout. Recommendations and investment of this equipment should be included within the financial submission of the tender document.
•The successful Supplier must deliver a consistently, high standards of cleanliness across the site.
A reconciliation will take place monthly to reconcile the actual operating financial result to allow the Client to see how the cleaning operation is performing financially. Any banked hours will be accrued and used to cover additional periodic cleans or credited back to the Client at the end of each financial year.
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: £166,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2029
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
15 December 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 January 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-Midlands:-School-cleaning-services./88N97A4R24" target="_blank">https://litmustms.co.uk/tenders/UK-UK-West-Midlands:-School-cleaning-services./88N97A4R24
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/88N97A4R24" target="_blank">https://litmustms.co.uk/respond/88N97A4R24
GO Reference: GO-2023111-PRO-24317929
six.4) Procedures for review
six.4.1) Review body
Light Hall School
Hathaway Road, Shirley, Solihull
West Midlands
B90 2PZ
Country
United Kingdom