Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-0438fc
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value-
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 9th Feb 2024

Tender Details
Referenceocds-h6vhtk-0438fc
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

The Bay Learning Trust

The Lodge, Ripley St Thomas Academy, Ashton Road

Lancaster

LA1 4RR

Contact

Neil Mayers

Email

neil [at] rpj3group.co.uk

Telephone

+44 1516780193

Country

United Kingdom

NUTS code

UKD44 - Lancaster and Wyre

Internet address(es)

Main address

www.rpj3group.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42970

I.3) Communication

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

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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 Bay Learning Trust Cleaning Framework Tender 2024

II.1.2) Main CPV code

  • 90919300 - School cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

The Bay Learning Trust are seeking to procure a number of providers for a multi-supplier framework for cleaning services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the trust to source cleaning services for its schools.

There are initially 4 schools in this framework, however, other schools may call off later.

It should be noted that it is not mandatory for trust schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.

This framework process is targeted to have a cleaning contract in place to commence in August 2024 for the Ripley St Thomas CE Academy, Morecambe Bay Academy, Central Lancaster High School and Longridge High School. Please note that this process covers all cleaning services within the Bay Learning Trust schools with full tender costings and proposals for the schools for a contract start in in August 2024 for the Ripley St Thomas CE Academy, Morecambe Bay Academy, Central Lancaster High School and Longridge High School. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for March 2024. Tender response deadline is planned as late April 2024 and it is envisaged that interviews will take place in mid-May. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

II.2.3) Place of performance

NUTS codes
  • UKD44 - Lancaster and Wyre

II.2.4) Description of the procurement

The Bay Learning Trust are seeking to procure a number of providers for a multi-supplier framework for cleaning services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the trust to source cleaning services for its schools.

There are initially 4 schools in this framework, however, other schools may call off later.

It should be noted that it is not mandatory for trust schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3

The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.

This framework process is targeted to have a cleaning contract in place to commence in August 2024 for the Ripley St Thomas CE Academy, Morecambe Bay Academy, Central Lancaster High School and Longridge High School. Please note that this process covers all cleaning services within the Bay Learning Trust schools with full tender costings and proposals for the schools for a contract start in in August 2024 for the Ripley St Thomas CE Academy, Morecambe Bay Academy, Central Lancaster High School and Longridge High School. These details will be further explained in the ITT documents. The process will include the creation of a select bidder list following analysis of SQ documents (within which the scoring criteria is included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning service and support required by the Trust. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer's (compulsory) liability insurance of 10,000,000 GBP). Following the analysis of SQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for March 2024. Tender response deadline is planned as late April 2024 and it is envisaged that interviews will take place in mid-May. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).

II.2.5) Award criteria

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

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option of up to two further annual extensions meaning a 5 year period in total with options.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework is for an initial three years with an option to extend for up to two further years

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 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.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231288.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231288)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit