Section one: Contracting authority
one.1) Name and addresses
Holy Trinity School
Birmingham Road, Kidderminster
Worcestershire
DY10 2BY
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG12 - Worcestershire
Internet address(es)
Main address
https://www.htsfreeschool.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/Y5QK94K7F7
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
Holy Trinity 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 Holy Trinity School.
two.1.5) Estimated total value
Value excluding VAT: £550,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
Main site or place of performance
Worcestershire
two.2.4) Description of the procurement
In September 2014, Holy Trinity became a Free School. A Free School in England is an independent, state-funded school which is free to attend but which is not controlled by the Local Authority. The school is governed by the Holy Trinity Academy Trust, a non-profit charitable trust that signed a funding agreement with the Secretary of State.
The school has a wide range of facilities, which help to support a broad and balanced curriculum, shared by both primary and secondary pupils. Being housed on one site ensures continuity of education and eases transition from primary to secondary education and transition through to Sixth Form.
Holy Trinity is unique because it is an all-age co-educational school, on the same site. Children who enter at age 4 will be able to continue, if they and their parents wish, until their school education ends at age 18.
The school has a wide range of facilities, which help to support a broad and balanced curriculum, shared by both primary and secondary pupils. These include a concert hall and gym, two libraries, an information technology suite, swimming pool, science laboratories and a home economics room, as well as outdoor sports courts.
The contract will commence on 1 August 2024 for an initial period of three years, ending on 31 July 2027, with the opportunity to extend for a further period of two years at the discretion of the governing body.
This contract will be fixed price in nature with the successful Supplier guaranteeing both the number of input hours to the contract and the quality of cleaning provision.
We are seeking a suitably experienced Supplier who has current experience of working within the school marketplace, ideally with a strong operational base within the Kidderminster area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when required moving forwards into this contract term.
The scope of the contract covers all cleaning provision within the school buildings. 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 school senior management team on the contract performance.
Any variations to the contract that are requested by the Client should be invoiced at the agreed rate and should be calculated on an hourly rate per employee needed to carry out the variation to the satisfaction of the contract supervising officer. The Client’s requirement shall be for 180 academic days, 0 inset days and 20 days periodic cleaning per annum.
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: £550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2024
End date
31 July 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
12 January 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 February 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-Worcestershire:-School-cleaning-services./Y5QK94K7F7" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Worcestershire:-School-cleaning-services./Y5QK94K7F7
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Y5QK94K7F7" target="_blank">https://litmustms.co.uk/respond/Y5QK94K7F7
GO Reference: GO-20231116-PRO-24417386
six.4) Procedures for review
six.4.1) Review body
Holy Trinity School
Birmingham Road, Kidderminster
Worcestershire
DY10 2BY
Country
United Kingdom