UK-Birmingham: School cleaning services.

UK-Birmingham: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Hall Green School
Southam Road, Hall Green, Birmingham, B28 0AA, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.hallgreen.bham.sch.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://litmustms.co.uk/tenders/UK-Birmingham:-School-cleaning-services./3E26ME734F
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: Hall Green 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 Hall Green School.

Hall Green is a popular, vibrant and successful School with a track record of high standards and successful outcomes for pupils of all backgrounds and ability. The diversity of the School population enriches the lives of all of the community and has earned the School an enviable reputation for inclusion.
II.1.5) Estimated total value:
Value excluding VAT: 435,000
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: Hall Green is a School that continually seeks to build on the successes of the past and adapt to the needs of the future and is committed to safeguarding and promoting the welfare of all of its pupils. In a changing world, the School continues to focus on the essentials that make Hall Green successful: the quality of teaching and learning; personal pastoral care for every individual in the School; strong relationships with parents, carers and the wider community.

Hall Green School Governors and staff are committed to providing the very best for the children in their care.

The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of cleaning services at the School. 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 2021 until 31 July 2024, 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.

At present 9 cleaning operatives, comprising 1 x supervisor and 6 cleaning operatives are employed to work a range of morning and evening shifts, Monday to Friday to a total of 130 hours per week.

The value of the current contract is circa £87,000.00 + VAT. Please note that this includes the costs of the Area Manager.

The School wish to consider proposals for cleaning to be carried out as currently, in the first instance, but are open to suggestions around the most efficient and beneficial methodology to ensure maximum cleanliness of the buildings, including post letting cleaning ~ and will ultimately require costings and timescales accordingly.

Whilst the Client prioritises value for money as a key objective of the competitive tender process, the Governing body are not obliged to accept the lowest price.

The School’s objectives:

•To build upon the standards of cleaning services within the School
•To receive a service that complies with the service standards
•To receive consistently high-quality cleaning standards, via a motivated and fully staffed workforce
•To generate an improved learning environment for all students, within the School
•To receive proactive management support for the cleaning team, in order to attract and retain a full complement of motivated staff
•To hold regular review meetings with the successful Supplier
•To achieve overall value for money
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: 435,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2021 / End: 31/07/2026
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: 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: 26/02/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/03/2021
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-Birmingham:-School-cleaning-services./3E26ME734F

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/3E26ME734F
VI.4) Procedures for review
VI.4.1) Review body:
Hall Green School
Southam Road, Hall Green, Birmingham, B28 0AA, 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: 08/01/2021

Annex A