UK-Portishead: School cleaning services.

UK-Portishead: School cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Lighthouse Schools Partnership
Gordano School, St Mary’s Road, Portishead, BS20 7QR, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.lsp.org.uk/
NUTS Code: UKK1

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Lighthouse Schools Partnership ~ Cleaning Tender
Reference number: Not Provided

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 Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 5,400,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area


II.2.4) Description of the procurement: The Lighthouse Schools Partnership is well established Multi Academy trust situated in North Somerset, which includes currently the following schools where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.

The schools which will be part of this tender and subsequent contract listed on a hub-by-hub basis are:

Gordano Hub

Gordano School
High Down Infant School
High Down Junior School
Portishead Primary School
St Mary's CE Primary School
St Peter's CE Primary School

Backwell Hub

Backwell School
Backwell CE Junior School
Flax Bourton CE Primary School
Grove Junior School
Hannah More Infant School
Northleaze CE Primary School
St Andrew's Primary School
West Leigh Infant School
Wraxall CE Primary
Yatton Infant School
Yatton CE Junior School

Chew Valley Hub

Chew Valley School
Bishop Sutton Primary School
Blagdon Primary School
East Harptree CE VC Primary School
Stanton Drew Primary School
Ubley CE VC Primary School
Whitchurch Primary School
Winford CE VC Primary School

The final list of schools to be included within the scope of the tender will be confirmed within the tender specification when issued to bidders.

The contract being tendered is for three years in duration from 1 August 2022 until 31 July 2025, with the option to extend for a further term of three years on the same terms and conditions excluding the right to further extend. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the schools. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.

The schools require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide clean Schools that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all of the schools consistently.

It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BIC’S standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.

The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation, thus working to deliver the Lighthouse Schools Partnership’s environmental polices.

Please see the SQ document for more information.

II.2.5) Award criteria:
Not Provided

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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-029743



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 029743
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 15/06/2022

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Purgo Supply Services Limited, 8665358
193 Castelnau, Barnes, London, SW13 9ER, United Kingdom
NUTS Code: UKI
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 4,180,776
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 15/06/2022

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Direct Cleaning Services SW Ltd, 9889191
Unit 2, 23 Leafield Way, Leafield Industrial Estate, Corsham, SN13 9RS, United Kingdom
NUTS Code: UKK15
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,758,008
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=710409841

VI.4) Procedures for review

VI.4.1) Review body
Lighthouse Schools Partnership
Gordano School, St Mary's Road, Portishead, BS20 7QR, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 02/08/2022