UK-London: School cleaning services.

UK-London: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Sudbourne Primary School
Hayter Road, Brixton, London, SW2 5AP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.sudbourne.com/
NUTS Code: UKI
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/tenders/UK-UK-London:-School-cleaning-services./J3M223RN52
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: Lambeth School’s Cluster ~ Cleaning Services 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 Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another.

The schools involved are:
LOT A :Sudbourne Primary School
LOT B: Loughborough Primary School
LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.
II.1.5) Estimated total value:
Value excluding VAT: 520,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: LOT A ~ Sudbourne Primary School
Lot No: A
II.2.2) Additional CPV codes:
90919300 - School cleaning services.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: Sudbourne Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.The school has approximately 350 children of mixed gender aged 3-11 years. The school has been given the go-ahead by The London Borough of Lambeth Planning Authorities for an additional 360 pupil places with the creation of a split site school, expanding from 1.5FE to 3FE. It is anticipated that the new building will be complete within the initial term of the purposed new cleaning contract.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Sudbourne Primary School is estimated at £150,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.

Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT B
Loughborough Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2021 / End: 31/12/2023
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/J3M223RN52
II.2) Description Lot No. 2

II.2.1) Title: LOT B ~ Loughborough Primary School
Lot No: B
II.2.2) Additional CPV codes:
90919300 - School cleaning services.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: Loughborough Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

The school has approximately 420 children of mixed gender aged between 3-11 years.

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Loughborough Primary School is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.

Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS.
LOT A
Sudbourne Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2021 / End: 31/12/2023
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/SH4V279663
II.2) Description Lot No. 3

II.2.1) Title: LOT C ~ Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre
Lot No: C
II.2.2) Additional CPV codes:
90919300 - School cleaning services.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

Effra Early Years’ Centre
The school has approximately 140 pupils of mixed gender aged between 2-5 years. Effra Early Years’ Centre is part of the Lambeth Nursery Schools' Federation

Maytree Nursey School & Children’s Centre
The school has approximately 100 children of mixed gender aged between 2-4 years. Maytree Nursery Schools & Children’s Centre is also part of the Lambeth Nursery Schools' Federation


Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT A
Sudbourne Primary School
LOT B
Loughborough Primary School
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2021 / End: 31/12/2023
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 theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards 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/9X63FCR3B8


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: 12/06/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/07/2020
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./J3M223RN52

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/J3M223RN52
VI.4) Procedures for review
VI.4.1) Review body:
Sudbourne Primary School
London, SW2 5AP, 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: 07/05/2020

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
Loughborough Primary School
44 Minet Road, London, SW9 7UA, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.loughboroughprimarylambeth.org.uk/
NUTS Code: UKI

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
Effra Early Years’ Centre
35 Effra Parade, London, SW2 1P, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://effra.lambeth.sch.uk/
NUTS Code: UKI

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
Maytree Nursey School & Children’s Centre
4 Allingham Road, London, SW4 8EG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.maytree-nursery.lambeth.sch.uk/
NUTS Code: UKI