UK-London: School cleaning services.

UK-London: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Kensington Aldridge Academy
1 Silchester Road, London, W10 6EX, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://kaa.org.uk
NUTS Code: UKI
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/respond/7QH954Y3J8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Kensington Aldridge Academy ~ 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 Kensington Aldridge Academy.
II.1.5) Estimated total value:
Value excluding VAT: 1,072,020
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The successful Supplier will be required to provide cleaning services for Kensington Aldridge Academy.
1 Silchester Road
London
W10 6EX
https://kaa.org.uk/
Cleaning Contract Scope of opportunity statement
Kensington Aldridge Academy (KAA) is a large secondary school in north Kensington, London W10. The school was built in 2014 and now has 1,250 students aged 11-18. It is a single academy trust but with close relations with the Aldridge Education MAT which is our co-sponsor, together with the local authority, the Royal Borough of Kensington ad Chelsea.
KAA is located directly next to Grenfell Tower and five of its students tragically died in the fire, with many other students and staff being directly affected. Following the fire, the school re-located for a year to a temporary site close by.
The school has a large sports hall, a 250 seat theatre and specialist dance and drama areas. There are around 170 staff made up of 100 teachers and 70 support staff. KAA was judged outstanding in all areas at its last OFSTED inspection.
The school was built to a high specification and continues to be maintained to a very high standard. Good quality and cost effective cleaning is an important part of the school’s operations.
The contract being tendered is for three years in duration from September 2023 to August 2026 with an option for a further two years to September 2028. The contract will operate as a Guaranteed Performance Contract, with the successful contractor offering the School a fixed cost per annum for the provision of cleaning services.
The school year is based on a calendar of 180 teaching days with an additional 15 days when only staff are in school for planning, preparation and training. The teaching day finishes at 4-00pm. There is a two week half term in the autumn. The building is open throughout the year except for public holidays so staff can work in school holidays, and we need day janitor provision for all weekdays.
KAA is used for outside lettings in the evenings and at weekends. Lettings are managed by an outsourced company and they undertake their own cleaning.
The proposed contract covers the provision of all cleaning services within the School, which currently also includes window cleaning, consumables and periodic cleaning.
The current total square meterage of the building is 11,500 m2 spread over five floors. During 2023 an extension of 8 classrooms will be built on the third floor terrace area facing Silchester Road. This will add approx. 500 m2 to the site. The extension has a planned start on site of June 2023 with a completion date scheduled for December 2023.
A full site plan is available.
Whilst KAA prioritises value for money as a key objective of the competitive tender process, the Governing Body is not obliged to accept the lowest price.
The value of the current contract for 2022-23 is £214,404 for the core cleaning operations.
KAA expects the successful contractor to continue to develop its cleaning services. We expect the successful tenderer to evidence, through their bid, how they shall support and complement our values and support the school to give students the best possible environment for their studies.
We expect the successful contractor to be a good employer in every sense with a commitment to staff development and to retaining staff over a long period so there is consistency in the team. The successful contractor is likely to be a London Living Wage employer and to be committed to high standards of environmental and health and safety practice.
See SQ document for further details.
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: 1,072,020
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2023 / End: 31/08/2028
This contract is subject to renewal: No
Description of renewals: Not provided
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
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
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
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/03/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 24/04/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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-London:-School-cleaning-services./7QH954Y3J8

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7QH954Y3J8
VI.4) Procedures for review
VI.4.1) Review body:
Kensington Aldridge Academy
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/02/2023

Annex A