UK-Coventry: School cleaning services.

UK-Coventry: School cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Holy Cross Catholic Multi Academy Company
Heathcote Street, Coventry, CV6 3BL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hcmac.co.uk/
NUTS Code: UKG33

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: Holy Cross MAC ~ 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 successful Supplier will be required to provide cleaning services for Holy Cross MAC at the following schools:
Cardinal Newman Catholic School
Bishop Ullathorne Catholic School
St Thomas More Catholic Primary School
Christ the King Catholic Primary School
St Augustine's Catholic Primary School
St John Vianney Catholic Primary School
St Elizabeth's Catholic Primary School

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,368,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKG33 - Coventry

Main site or place of performance:
Coventry


II.2.4) Description of the procurement: The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of cleaning services at each of the Schools. The high quality service levels proposed should maintain excellent standards throughout, resulting in a pleasant environment for both the students and staff.
The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide an environment that is fit for purpose and that the Supplier is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans is as detailed within the tender specification.
The contract being tendered is for three years in duration from 1 August 2020 until 31 July 2023, with the option to extend the contract term for a further term of up to two years and will be fixed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis.
It should be noted that the successful Supplier will be expected to bring to the cleaning element of the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.
The MAC may grow in the number of Schools becoming part of the MAC during this contract period. The provision of services within any further Schools, when they have joined the MAC, may fall under the scope of this contract. The successful Supplier would be expected to provide the service within the additional Schools, using the same costing model, ratios etc. that they applied to their successful financial submission for the MAC, 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 MAC.

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: 2019/S 250-620634



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: 620634
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: 26/06/2020

V.2.2) Information about tenders
Number of tenders received: 3
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: 3

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Accuro FM Ltd, 03070774
128 Buckingham Palace Road, London, SW1W 9SA, United Kingdom
NUTS Code: UKG33
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 2,135,764.55
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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=529704526

VI.4) Procedures for review

VI.4.1) Review body
Holy Cross Catholic Multi Academy Company
Coventry, 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: 29/09/2020