Section one: Contracting authority
one.1) Name and addresses
Chudleigh CE VC Community Primary School - part of the Newton Abbot Schools Group
33 Lawn Drive
Chudleigh
TQ13 0LS
Contact
Nigel Armstrong
Telephone
+44 7900784030
Country
United Kingdom
Region code
UKK4 - Devon
Internet address(es)
Main address
https://www.chudleigh.devon.sch.uk/
Buyer's address
https://www.chudleigh.devon.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Chudleigh:-Building-cleaning-services./78NH2Q9677
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/78NH2Q9677
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
Chudleigh CE VC Community Primary School -part of the Newton Abbot Schools Group
two.1.2) Main CPV code
- 90911200 - Building-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The Newton Abbot Schools Group, comprising of Chudleigh Primary, Haytor View Primary, Decoy Primary, Denbury Primary and Bradley Barton Primary schools, are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current staff and the possibility of Local Government Pension Scheme requirements.
two.1.5) Estimated total value
Value excluding VAT: £850,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
Devon
two.2.4) Description of the procurement
The Newton Abbot Schools Group, comprising of Chudleigh Primary, Haytor View Primary, Decoy Primary, Denbury Primary and Bradley Barton Primary schools, are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current staff and the possibility of Local Government Pension Scheme requirements.
two.2.5) Award criteria
Quality criterion - Name: Contract Management and Staffing Resources / Weighting: 35
Quality criterion - Name: Contractor/Client Reporting / Weighting: 10
Quality criterion - Name: Service Expectations and Delivery / Weighting: 20
Cost criterion - Name: Three Year Contract Value / Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This information will be detailed in the Information to Tender documents
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 www.delta-esourcing.com (https://www.delta-esourcing.com) and express an interest in the contract. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non-payments relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.
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
Candidates will need to provide as part of the selection questionnaire process details of turnover, profit and capital and reserves for previous 3 years. 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
A statement of a minimum turnover level is detailed within the standard questionnaire documentation, this is to be supplied with current contract supplied reference data and existing education based contract information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Candidates will need to provide as part of the process evidence of current business, quality standards, accreditation 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
Financial risk grid status will be evaluated on a pass/fail basis, this is to be completed in all cases and returned, please see the explanation within the document for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. The suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:
— public liability insurance GBP 5 000 000.00,
— employers liability insurance GBP 5 000 000.00.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 January 2025
Local time
12:00pm
Place
Delta Online Portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Yes — 30 months from contract start date, depending on whether extension periods are taken up
six.2) Information about electronic workflows
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Chudleigh:-Building-cleaning-services./78NH2Q9677
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/78NH2Q9677
GO Reference: GO-20241114-PRO-28522409
six.4) Procedures for review
six.4.1) Review body
Chudleigh CE VC Community Primary School
33 Lawn Drive
Chudleigh
TQ13 0LS
Telephone
+44 7900784030
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Chudleigh CE VC Community Primary School
33 Lawn Drive
Chudleigh
TQ13 0LS
Telephone
+44 7900784030
Country
United Kingdom
Internet address
https://www.chudleigh.devon.sch.uk/
six.4.4) Service from which information about the review procedure may be obtained
Chudleigh CE VC Community Primary School
33 Lawn Drive
Chudleigh
TQ13 0LS
Telephone
+44 7900784030
Country
United Kingdom