UK-Harborne: School cleaning services.

UK-Harborne: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Queen Alexandra College
Court Oak Road, Harborne, B17 9TG, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.qac.ac.uk/
NUTS Code: UKG31
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://www.delta-esourcing.com/tenders/UK-UK-Harborne:-School-cleaning-services./455997DCTP
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: Queen Alexandra College ~ 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 Queen Alexandra College (QAC).
II.1.5) Estimated total value:
Value excluding VAT: 1,560,000
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:
UKG31 Birmingham

II.2.4) Description of procurement: The successful Supplier will be required to provide Cleaning services for Queen Alexandra College (QAC).
QAC can trace its history back to 1847 when the General Institution for the Blind was founded by Mary Badger and Elizabeth Harrold.
We are a national residential College and charity that supports a diverse range of student abilities and needs based in Birmingham. We offer courses for young people aged 16-25yrs as well as employment focused and supported living programmes.
Our mission statement is to create challenging learning opportunities for people with visual impairment and/or other disabilities to realise their potential to work and to live independently.
The ethos and culture at QAC are underpinned by the principles of Equality, Diversity and Inclusion and we are proud to have achieved and retain accreditation in both Investors in Diversity and Investors in People (Silver). We were awarded the prestigious Leaders in Diversity award in Nov 2021 and continue on our journey to be even better leaders in diversity.
This contract will be fixed price in nature with the successful contractor guaranteeing both the number of input hours to the contract and the quality of cleaning provision.
We are seeking a suitably experienced contractor who has current experience of working within the secondary school or Further Education marketplace, ideally with a strong operational base within the Birmingham or Midlands area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when required moving forwards into this contract term. Experience in an SEN environment would be advantageous.
The scope of the contract covers all cleaning provision within the College buildings. The successful contractor 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 School on the contract performance.
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 College requirement is for 183-185 academic days each year, plus 15 teacher training days and 30 days periodic cleaning. Additionally, there is a main office building that is open 50 weeks a year, with lettings during holiday periods. All main office areas require cleaning during term-time, and a reduced provision during non-term-time for the areas used by lettings.
The College has an average of eight weeks summer holidays.
There are student 29 bedrooms and 4 kitchens, which are cleaned during daytime College hours, during the 183-185 days of term-time.
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 College. The College 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 Contractor shall provide a comprehensive cleaning service to the Site to promote a clean, healthy and safe environment which presents a positive image to all users and visitors.
The Site must always meet health, safety, and environmental standards appropriate to the Site and its use and the successful Contractor must comply with the Client’s health, safety and environmental policies and procedures. The Services must be provided so as not to interrupt the routine of the Site.
The focus of our requirement is for a high-quality cleaning service, fully compliant to the agreed specification at all times.
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: 1,560,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2024 / End: 31/03/2029
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:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
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: 23/06/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/08/2023
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-Harborne:-School-cleaning-services./455997DCTP

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/455997DCTP
VI.4) Procedures for review
VI.4.1) Review body:
Queen Alexandra College
Harborne, 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: 16/05/2023

Annex A