Construction Contract Leads
West Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 15th Jan 2024
Reference | ocds-h6vhtk-042d4b |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £699,000 |
West Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 15th Jan 2024
Reference | ocds-h6vhtk-042d4b |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £699,000 |
Section I: Contracting authority
I.1) Name and addresses
Elements Diocesan Learning Trust
16 Lowemoor Wharf, Lowesmoor
Worcester
WR1 2RS
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKG12 - Worcestershire
Internet address(es)
Main address
I.1) Name and addresses
Christ Church Church of England Primary School
Church Road, Coseley
Bilston
WV14 8YB
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
https://www.christchurchprimary.org/
I.1) Name and addresses
Church of the Ascension Primary School
New Street, Wall Heath
Kingswinford
DY6 9AH
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
https://www.chur-ascen.dudley.sch.uk/
I.1) Name and addresses
St Mary’s Church of England (Voluntary Controlled) Primary School
Queen Street, Kingswinford
West Midlands
DY6 7AQ
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKG3 - West Midlands
Internet address(es)
Main address
http://christ-ch.dudley.sch.uk/
I.1) Name and addresses
Pedmore Church of England Primary School
Hagley Road, Pedmore
Stourbridge
DY9 0RH
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKG3 - West Midlands
Internet address(es)
Main address
https://www.pedmore.dudley.sch.uk/
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://litmustms.co.uk/respond/C7E4ZFM2BS
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
Elements Diocesan Learning Trust ~ 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 successful Supplier will be required to provide Cleaning services, initially for Christ Church CofE Primary, Church of the Ascension Primary, St Mary’s CE (VC) Primary Schools and Pedmore C of E Primary School.
II.1.5) Estimated total value
Value excluding VAT: £699,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
Main site or place of performance
Worcestershire
II.2.4) Description of the procurement
This is the first time that the Trust has put their cleaning requirement to competitive tender for these four Schools. The service has previously been delivered via an in-house cleaning team in each school.
The Trust is actively considering growing the number of schools during the contract period. Should this happen within the period of this contract, and the provision of cleaning services is required in additional schools, the scope and terms of this contract would also apply. If applicable, the successful Supplier will be expected to provide this service within these schools using the same costing model, ratios etc that they applied to their successful tender submission for the Client at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
The annual contract value is circa: Christ Church £45K, Church of the Ascension £25K, St Mary’s £24K, Pedmore £22.5K, Total: £116.5K.
Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for then a credit will be required by the Client. The Client requires that the tendered number of hours are always worked, and the successful Supplier is expected to have a system in place to cover for both planned and unplanned leave.
The basis and rationale that the Client requires the successful Supplier to operate to at all times is being able to provide clean schools that are fit for purpose and that the Supplier is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans is as detailed within the specification and continued innovation of processes throughout the contract term will be pivotal to the success of the new contract.
The Supplier shall provide a comprehensive cleaning service to the sites to promote a clean, healthy, and safe environment which presents a positive image to all users and visitors.
The sites must always meet health, safety, and environmental standards appropriate to the sites and their use and the successful Supplier must comply with the Client’s health, safety and environmental policies and procedures. The services must be provided so as not to interrupt the routine of the schools.
The general standard of cleaning shall be in accordance with the BICSc Cleaning Standards, with BICSc training given to all cleaning operatives employed within this contract.
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 Trust’s area, thus allowing for both adequate contract support and the operational flexibility that is to be delivered in support of the contract as and when required.
The initial scope of the contract covers all cleaning provision within the school buildings at Christ Church, Church of the Ascension, St Mary’s and Pedmore Schools. 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 schools’ senior management team on the contract performance.
The projected cost of cleaning for the current year is circa £116.5K for all buildings (excluding external window cleaning). However, it is believed that through equipment and cleaning material innovation and the effective recruitment, training, and supervision of cleaning staff there is opportunity for improvement. The total time scope for this is 3 years with the opportunity to extend for a further 2 years.
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: £699,000
II.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
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
23 February 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 March 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-Worcester:-School-cleaning-services./C7E4ZFM2BS" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Worcester:-School-cleaning-services./C7E4ZFM2BS
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/C7E4ZFM2BS" target="_blank">https://litmustms.co.uk/respond/C7E4ZFM2BS
GO Reference: GO-2024115-PRO-24968367
VI.4) Procedures for review
VI.4.1) Review body
Elements Diocesan Learning Trust
16 Lowemoor Wharf, Lowesmoor
Worcester
WR1 2RS
Country
United Kingdom