UK-Warrington: School cleaning services.

UK-Warrington: School cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Birchwood Community High School
Brock Road, Birchwood, Warrington, WA3 7PT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.birchwoodhigh.org
NUTS Code: UKD61

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: Birchwood Community High School ~ 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 Birchwood high School, Warrington

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 385,085.69

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKD61 - Warrington

Main site or place of performance:
Warrington


II.2.4) Description of the procurement: The successful Supplier will be required to provide cleaning services for Birchwood high School, Warrington The current cleaning service provision at birchwood high School has not been market tested in recent years and to ensure Best Value principles are applied the Client has made a decision to tender the cleaning service. The current cleaning operation is run by Bulloughs. The value of the current contract is £120k and it is intended that the initial contract shall run for a period of 3 years, with the ability to extend by a further two years with agreement with both parties. For the avoidance of doubt TUPE Regulations will apply to this contract. 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 school on contract performance. It is imperative that an open book policy is offered to ensure the Client has total clarity on both operational and financial performance. The Client is seeking both innovation and the application of current cleaning techniques and up-to-date equipment within the tender submissions and would expect as a result of this to be able to identify ‘best value’ principles and work in partnership with the chosen Supplier going forward. The Client has set five key objectives which should be focused upon throughout the tender process. They are: •Ongoing savings year-on-year during the contract term. •The contract will be for 3 years initially, with the option of a 2 year extension, depending on operational and financial performance. •Review / suggestions to improve work methodology; suggestions to improve the efficiency of service. •Due to the high percentage of hard flooring throughout the site, it is believed specialist equipment will be required to maintain a high standard of cleanliness throughout. Recommendations and investment of this equipment should be included within the financial submission of the tender document. •The successful Supplier must deliver a consistently, high standards of cleanliness across the site. A reconciliation will take place monthly to reconcile the actual operating financial result to allow the Client to see how the cleaning operation is performing financially. Any banked hours will be accrued and used to cover additional periodic cleans or credited back to the Client at the end of each financial year. See SQ document for further details.

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: 2023/S 000-003556



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: 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: 27/06/2023

V.2.2) Information about tenders
Number of tenders received: 5
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: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Orian Solutions Ltd, 08237164
5a Wavell Drive Rosehill Industrial Estate, Carlisle, United Kingdom
NUTS Code: UKD1
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: 600,000
Total value of the contract/lot: 385,085.69
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. It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=800141316

VI.4) Procedures for review

VI.4.1) Review body
Birchwood Community High School
Warrington, 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: 03/08/2023