Tender

The Bridge Trust - Cleaning Services

  • The Bridge MAT Ltd

F02: Contract notice

Notice identifier: 2024/S 000-035676

Procurement identifier (OCID): ocds-h6vhtk-04b3c9

Published 4 November 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

The Bridge MAT Ltd

251 Hungerford Road

London

N7 9LD

Email

Karis.Lucano-Jones@thecpc.ac.uk

Telephone

+44 2076191000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.thebridgelondon.co.uk/#trust

Buyer's address

https://www.thebridgelondon.co.uk/#trust

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

The Bridge MAT Ltd

251 Hungerford Road

London

N7 9LD

Email

Karis.Lucano-Jones@thecpc.ac.uk

Telephone

+44 2076191000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.thebridgelondon.co.uk/#trust

Buyer's address

https://www.thebridgelondon.co.uk/#trust

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

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

The Bridge Trust - Cleaning Services

Reference number

CA14847 -

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The Bridge Trust require an external service provider(s) to fulfil their cleaning services requirements. The tender has been split into 3 lots and the Trust will confirm at the start of standstill if they will be awarding under lots 1-2 or under lot 3. Any lots not awarded will be abandoned.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot 1: London Sites

Lot No

1

two.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services
  • 90910000 - Cleaning services
  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

The Bridge Trust London Sites require an external service provider to fulfil their cleaning services requirements. This tender has been split into 3 lots and the Trust will confirm at the start of the standstill period whether it wishes to award the sites regionally under lots 1 and 2 or all sites awarded to one supplier under lot 3. Further information on the London sites' requirements can be found within the tender documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: 6

Objective criteria for choosing the limited number of candidates:

High level of competition expected

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2: Norfolk Sites

Lot No

2

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services
  • 90911200 - Building-cleaning services
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKH15 - Norwich and East Norfolk
  • UKH16 - North and West Norfolk
Main site or place of performance

Norfolk

two.2.4) Description of the procurement

The Bridge Trust Norfolk Sites require an external service provider to fulfil their cleaning services requirements. This tender has been split into 3 lots and the Trust will confirm at the start of the standstill period whether it wishes to award the sites regionally under lots 1 and 2 or all sites awarded to one supplier under lot 3. Further information on the Norfolk sites' requirements can be found within the tender documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: 6

Objective criteria for choosing the limited number of candidates:

High level of competition expected

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3: All Sites

Lot No

3

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90919300 - School cleaning services
  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKH14 - Suffolk
Main site or place of performance

London

two.2.4) Description of the procurement

The Bridge Trust require an external service provider to fulfil their cleaning services requirements. This tender has been split into 3 lots and the Trust will confirm at the start of the standstill period whether it wishes to award the sites regionally under lots 1 and 2 or all sites awarded to one supplier under lot 3. Further information on the Trust's requirements can be found within the tender documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: 6

Objective criteria for choosing the limited number of candidates:

High level of competition expected

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

As stated in tender documents

Minimum Insurance Levels: £5m Public Liability & £5m Employers Liability

three.1.3) Technical and professional ability

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

As stated in tender documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in tender 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

4 December 2024

Local time

5:00pm

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

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.

Section IV.3.5) – any dates shown are an estimate.

In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.

The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.

The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

six.4) Procedures for review

six.4.1) Review body

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).

six.4.4) Service from which information about the review procedure may be obtained

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle@tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom