UK-Staffordshire: School cleaning services.

UK-Staffordshire: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Key Educational Trust
Old Road, Stone, Staffordshire, ST15 8JD, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.thekeyeducationaltrust.org.uk
NUTS Code: UKG2
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/Q5H7AJDAY4
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: The Key Educational Trust ~ 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 The Key Educational Trust at the following sites;
•Christ Church Academy – Old Road, Stone, Staffordshire, ST15 8JD
•Christ Church First School - Northesk Street, Stone, Staffordshire, ST15 8EP
•Oulton First School – Rock Crescent, Outlon, Stone, Staffordshire, ST15 8UH
II.1.5) Estimated total value:
Value excluding VAT: 390,000
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:
UKG2 Shropshire and Staffordshire

II.2.4) Description of procurement: The successful Supplier will be required to provide cleaning services for The Key Educational Trust at the following sites;
•Christ Church Academy – Old Road, Stone, Staffordshire, ST15 8JD
•Christ Church First School - Northesk Street, Stone, Staffordshire, ST15 8EP
•Oulton First School – Rock Crescent, Outlon, Stone, Staffordshire, ST15 8UH
Below is an overview of the academies currently in the Trust:
Christ Church Academy (CCA)
The largest academy in the Trust, a middle school covering Year 5 to 8 (age 9-13yrs) and currently has 552 pupils and a PAN of 600.
Christ Church CofE First School (CCFS)
Covers Reception to Year 4 (age 3-9yrs) and currently has 146 pupils and a PAN of 148.
Oulton CofE First School (OFS)
Covers Nursery (12 x 15 hour funded places), Reception to Year 4 (age 3-9yrs) and currently has 69 pupils and 11 filled nursery places. OFS PAN is 70 (reception to year 4).
The contract will commence on 30th October 2023 for a period of three years, with the potential for an extension of up to a further three years on a 1 + 1 + 1 basis.
This contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision.
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 school 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.
We are seeking a suitably experienced Supplier who has current experience of working within the education sector, ideally with a strong operational base within the Staffordshire Area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed during the contract term.
A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.
The scope of the contract covers all of the cleaning provision within the school’s including all holiday and periodic cleans.
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 senior management team within The Key Educational Trust on the contract performance.
The current contract is provided by two separate contractors and the cost of cleaning for this contractual year is expected to be in the region of £65,000.00 per annum.
The Key Educational Trust is expected to grow in the number of schools becoming part of the trust during this contract period, and the provision of catering services within these schools when they have joined the MAT will fall under the scope of this contract. The successful contractor will be expected to provide this service within these additional schools using the same costing model, ratios etc. that they applied to their successful tender submission for The Key Educational Trust 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.
Please note: Further schools may be added to the contract during the tender process and during the life of the contract as detailed above.
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: 390,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 30/10/2023 / End: 30/09/2029
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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/97ASRPCY77


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: 12/05/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/06/2023
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-Staffordshire:-School-cleaning-services./Q5H7AJDAY4

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/Q5H7AJDAY4
VI.4) Procedures for review
VI.4.1) Review body:
Key Educational Trust
Staffordshire, 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: 28/03/2023

Annex A