Tender

Light Hall School ~ Cleaning Tender

  • Light Hall School

F02: Contract notice

Notice identifier: 2023/S 000-032359

Procurement identifier (OCID): ocds-h6vhtk-041111

Published 1 November 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Light Hall School

Hathaway Road, Shirley, Solihull

West Midlands

B90 2PZ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKG - West Midlands (England)

Internet address(es)

Main address

http://www.lighthall.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/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