Section one: Contracting authority
one.1) Name and addresses
Rodillian MAT
C/O BBG Academy, Bradford Road.
Birkenshaw
BD19 4BE
Contact
Ray Jeffrey
Telephone
+44 7771768234
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970
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
School Cleaning Framework Contract for Rodillian MAT
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Rodillian MAT are seeking to procure a number of providers for a multi-supplier framework for cleaning services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable Rodillian MAT to source cleaning services for its schools.
There is initially 1 school in this framework, however, other schools may call off later.
It should be noted that it is not mandatory for Rodillian MAT schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of cleaners on the framework will be between 1 and 3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a cleaning contract in place to commence in September 2021 for BBG Academy. Please note that this process covers all cleaning services within Rodillian MAT primary and secondary schools with full tender costings and proposals for the school for a contract start in September 2021 for BBG Academy. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for early June 2021. Tender responses deadline is planned as early-July and it is envisaged that interviews will take place in mid-July. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £235,818
two.2) Description
two.2.2) Additional CPV code(s)
- 90919300 - School cleaning services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Rodillian MAT are seeking to procure a number of providers for a multi-supplier framework for cleaning services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable Rodillian MAT to source cleaning services for its schools.
There is initially 1 school in this framework, however, other schools may call off later.
It should be noted that it is not mandatory for Rodillian MAT schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of cleaners on the framework will be between 1 and 3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a cleaning contract in place to commence in September 2021 for BBG Academy. Please note that this process covers all cleaning services within Rodillian MAT primary and secondary schools with full tender costings and proposals for the school for a contract start in September 2021 for BBG Academy. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning service and support required by the MAT. Labour resource/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. 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. Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for early June 2021. Tender responses deadline is planned as early-July and it is envisaged that interviews will take place in mid-July. The contract will be for a 3 +1 +1 period(5 years in total including the option to extend for 1 + 1years).
two.2.5) Award criteria
Quality criterion - Name: 7 Qualitative Schedules / Weighting: 45%
Price - Weighting: 55%
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009179
Section five. Award of contract
Contract No
009179
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 September 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RCCN LTD
Monckton Road, Wakefield
Wakefield
WF2 7AS
Telephone
+44 7702240025
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £235,818
Section six. Complementary information
six.3) Additional information
(MT Ref:227978)
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