Section one: Contracting authority
one.1) Name and addresses
St Paul's School for Girls
Vernon Road
Edgbaston
B16 9SL
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.stpaulgl.bham.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/delta/viewNotice.html?noticeId=741402229
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
St Paul's School for Girls ~ 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 St Paul’s School for Girls.
two.1.5) Estimated total value
Value excluding VAT: £375,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham
two.2.4) Description of the procurement
The contract will commence on 1 August 2023 for a period of three years.
This contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision. Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the school contract. If the hours worked are less than those budgeted for a credit will be required by the school. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.
The schools require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
The basis and rationale that the Client requires is for the successful contractor to operate to at all times at the budgeted hours and being able to provide a clean School that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.
The terms and conditions of employment and recognition offered to the cleaning operatives should be both progressive and forward thinking ensuring that the staffing establishment is complete at all times and staff turnover is kept to a minimum.
We are seeking a suitably experienced Supplier who has current experience of working within the secondary school or HE / FE marketplace, ideally with a strong operational base within the West Midlands, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
The scope of the contract covers all cleaning requirements at the school’s premises, including all holiday and periodic tasks.
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 St Paul's School for Girls senior management team on the contract performance.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within the school consistently.
It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BIC’S standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.
The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation.
The projected annual cost of cleaning is approximately £125,000.00 per annum.
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: £375,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2026
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
20 January 2023
Local time
12:00pm
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
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=741402229" target="_blank">https://litmustms.co.uk/delta/viewNotice.html?noticeId=741402229
GO Reference: GO-2022122-PRO-21636426
six.4) Procedures for review
six.4.1) Review body
St Paul's School for Girls
Vernon Road
Edgbaston
B16 9SL
Country
United Kingdom