UK-York: School cleaning services.

UK-York: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
South York Multi Academy Trust
Fulfordgate, Heslington Lane, York, YO10 4FY, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://southyorkmat.co.uk/
NUTS Code: UKE21
I.2) Joint procurement
The contract involves joint procurement: Yes.
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/K74MA9R8H2
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: South York Multi Academy 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 South York Multi Academy Trust (Excluding Fulford High School).
II.1.5) Estimated total value:
Value excluding VAT: 416.25
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:
UKE21 York

II.2.4) Description of procurement: The successful Supplier will be required to provide cleaning services for South York Multi Academy Trust (Excluding Fulford High School).

Contract value = total 3 years £416,250

South York Mat consists of 1 high school (not part of this tender) and 5 primary schools. The cleaning is currently outsourced to several suppliers. The Trust wish to now tender the cleaning for the primary schools to award the cleaning contract to a single supplier. The contract award will be for an initial 2 years followed by 1-year optional extension, which brings the 5 primary school cleaning contracts end date in line with the current high school cleaning contract.

The 5 primary schools are;
Dunnington CE Primary School, Pear Tree Lane, Dunnington, York, YO19 5QG
Archbishop of York’s CE Junior School, Copmanthorpe Ln, Bishopthorpe, York YO23 2QT
Wheldrake with Thorganby CE School, North Ln, Wheldrake, York YO19 6BB
Escrick Primary School, 11 Carr Ln, Escrick, York YO19 6JQ
Bishopthorpe Infant School, Sim Balk La, York YO23 2QQ

South York MAT are a strong and inclusive partnership of schools working together to support and inspire all children, young people and families in our communities to achieve and flourish.

The MAT’s values are;
Inclusive – our schools work tirelessly to meet the needs of every child and young person and overcome disadvantage. We embrace diversity in our communities, and we promote distinctiveness in our schools.
Aspirational – our schools have high expectations for every learner and member of staff. We want our children and young people to make the most of every opportunity in life.
Responsible – our schools have a social responsibility to serve the community first and foremost. We always use our resources responsibly and transparently.
Collaborative – our schools work in equal partnership with one another, and with their school communities. We devolve control and responsibility to the appropriate level, encouraging the participation of those we serve and those who work for us.
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: 416,250
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2024 / End: 31/07/2027
This contract is subject to renewal: No
Description of renewals: 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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/K74MA9R8H2


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 OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 22/03/2024 Time: 12:00

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
IV.2.7) Conditions for opening of tenders:
Date: 22/03/2024
Time: 12:01


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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-York:-School-cleaning-services./K74MA9R8H2

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/K74MA9R8H2
VI.4) Procedures for review
VI.4.1) Review body:
South York Multi Academy Trust
Fulfordgate, Heslington Lane, York, YO10 4FY, 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: 31/01/2024

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Dunnington Church of England Primary School
Pear Tree Lane, Dunnington, York, YO19 5QG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.dunningtonprimary.co.uk/
NUTS Code: UKE21

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Archbishop of York’s Church of England Junior School
Copmanthorpe Lane, Bishopthorpe, York, YO23 2QT, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.ayjs.co.uk/
NUTS Code: UKE21

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Wheldrake with Thorganby Church of England School
North Lane, Wheldrake, York, YO19 6BB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://wheldrakewiththorganbyschool.co.uk/
NUTS Code: UKE21

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Escrick Primary School
11 Carr Lane, Escrick, York, YO19 6JQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://escrickprimaryschool.co.uk/
NUTS Code: UKE21

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Bishopthorpe Infant School
Sim Balk Lane, Bishopthorpe, York, YO23 2QQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.bishopthorpeinfantschool.co.uk/
NUTS Code: UKE21