Construction Contract Leads
South West
Category Services
Type
No. of Lots 1
Status Active
Published 28th Feb 2024
Reference | ocds-h6vhtk-044401 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £1,450,000 |
South West
Category Services
Type
No. of Lots 1
Status Active
Published 28th Feb 2024
Reference | ocds-h6vhtk-044401 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £1,450,000 |
Section I: Contracting authority
I.1) Name and addresses
Acorn Education Trust
Woodcock Road, Warminster
Wiltshire
BA12 9DR
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.acorneducationtrust.com
I.1) Name and addresses
Avon Valley Academy
Recreation Road, Durrington, Salisbury
Wiltshire
SP4 8HH
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.avonvalleyacademy.org.uk/
I.1) Name and addresses
Bulford St Leonard’s Church of England Primary School
John French Way
Bulford Village
SP4 9HP
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.bulfordstleonards.org.uk/
I.1) Name and addresses
Durrington All Saints (C of E)
School Road
Durrington
SP4 8HJ
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.durringtoninfantschool.org.uk/
I.1) Name and addresses
Netheravon All Saints
High Street
Netheravon
SP4 9PJ
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.netheravonallsaints.org.uk/
I.1) Name and addresses
St Michael’s Church of England Primary School
The Causeway, Larkhill
Wiltshire
SP4 8FB
tenders [at] litmuspartnership.co.uk
Country
United Kingdom
NUTS code
UKK15 - Wiltshire CC
Internet address(es)
Main address
https://www.stmichaelsprimary.org.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/2YD4GXRCKU
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
Acorn Education Trust (Cluster 2) ~ 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 for Acorn Education Trust, cleaning cluster 2.
II.1.5) Estimated total value
Value excluding VAT: £1,450,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKK15 - Wiltshire CC
Main site or place of performance
Wiltshire CC
II.2.4) Description of the procurement
Acorn Education Trust is a Multi Academy Trust comprising of nineteen schools in Wiltshire, preparing young people for their world in their time.
Since its formation in 2014, Acorn Education Trust has grown to include two nurseries, sixteen primary and three secondary schools, providing education and opportunities for students, from 3 months to 19 years old. We pride ourselves on transforming education locally, with our schools/nurseries being at the heart of their local communities.
By working collaboratively we’ve been able to create an effective and efficient organisation and business model that allows school/ nursery leaders and teachers to focus all their attention on the students. We work together in a supportive network to evaluate, challenge, and improve practice inside and outside of the classroom. We want our students to grow into fully equipped individuals who make meaningful contributions to society and our staff to reach their full professional potential.
Acorn Education Trust: is expected to grow, with a number of additional schools becoming part of the Trust during this contract period and the provision of cleaning services at these schools when they have joined the Trust will fall under the scope of this, or one of the other established cluster contracts. Similarly existing Trust Schools shall have the option to come into scope of this or another Trust cluster contract as their current cleaning arrangements conclude. The successful Supplier will be expected to provide this service at these additional schools using the same costing model applied to the successful 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 contract: will commence on 1 August 2024 for an initial period of three years, with the opportunity to extend for a further period of two years at the discretion of the governing body. The successful Supplier will invoice the client for one-twelfth of the annual cost on a monthly basis, also guaranteeing both the number of input hours to the contract and the quality of cleaning provision. Any variations to the contract that are requested by the Client should be invoiced at the agreed rate and should be calculated on an hourly rate per employee needed to carry out the variation to the satisfaction of the contract supervising officer. The Client’s requirement shall be for 190 academic days, 5 inset days and 20 days periodic cleaning per annum.
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 worked at all times 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 so as to promote a clean, healthy and safe environment which presents a positive image to all users and visitors.
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: £1,450,000
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
Accelerated procedure
Justification:
Contract start date
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
28 March 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 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-Wiltshire:-School-cleaning-services./2YD4GXRCKU" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Wiltshire:-School-cleaning-services./2YD4GXRCKU
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2YD4GXRCKU" target="_blank">https://litmustms.co.uk/respond/2YD4GXRCKU
GO Reference: GO-2024228-PRO-25377736
VI.4) Procedures for review
VI.4.1) Review body
Acorn Education Trust
Woodcock Road, Warminster
Wiltshire
BA12 9DR
Country
United Kingdom