Construction Contract Leads
South East
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-041be7 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £384,600 |
South East
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-041be7 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £384,600 |
Section I: Contracting authority
I.1) Name and addresses
The Willink School
School Lane, Burghfield Common
Reading
RG7 3XJ
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
https://www.willinkschool.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/R767JHA6EN
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Willink School ~ Cleaning Tender
II.1.2) Main CPV code
- 90919300 - School cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
The Willink, based in Burghfield Common, is a vibrant community school for over 1,200 students aged 11-18.
II.1.5) Estimated total value
Value excluding VAT: £384,600
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Berkshire
II.2.4) Description of the procurement
As the preferred state school in our area, we attract learners beyond our catchment, including Hampshire, Reading, and Wokingham.
Our broad and balanced curriculum has a strong international flavour, tailored to cultivate a global mindset in our students. Rooted in our heritage as a Language College, we teach four foreign languages which fosters linguistic proficiency and cultural understanding.
Exceptional academic outcomes position us among Berkshire’s top ten non-selective schools, reflecting our commitment to educational excellence.
As leaders in mathematics instruction, we head the Mobius Maths Hub, a national centre of excellence, thus extending our influence across Berkshire and Wiltshire. We maintain strategic partnerships with Teaching School Hub Berkshire, underscoring our dedication to exceptional education. Above all, The Willink is a lively, welcoming institution encouraging high aspirations and expectations for our learning community.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 217 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.
The contract being tendered is for three years in duration from 01 September 2024 to 31 August 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with The Willink for the duration of this contract.
The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.
Please see SQ document for more information.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £384,600
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2027
This contract is subject to renewal
No
II.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.
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
5 January 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 February 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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-Reading:-School-cleaning-services./R767JHA6EN" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Reading:-School-cleaning-services./R767JHA6EN
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/R767JHA6EN" target="_blank">https://litmustms.co.uk/respond/R767JHA6EN
GO Reference: GO-20231122-PRO-24556054
VI.4) Procedures for review
VI.4.1) Review body
The Willink School
School Lane, Burghfield Common
Reading
RG7 3XJ
Country
United Kingdom