UK-Bristol: School cleaning services.

UK-Bristol: School cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Castle School Education Trust
C/O Mangotsfield School, Rodway Hill, Bristol, BS16 9LH, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.cset.co.uk/index.asp
NUTS Code: UKK1

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: Castle School Education 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 Castle School Education Trust (CSET).
The seven schools within the tender are:

The Castle School, Park Road, Thornbury, South Gloucestershire, BS35 1HT

Marlwood School, Vattingstone Lane, Alveston, South Gloucestershire, BS35 3LA

Downend School, Westerleigh Road, Downend, South Gloucestershire, BS16 6XA

Mangotsfield School, Rodway Hill, Mangotsfield, Bristol, BS16 9LH

Charfield Primary School, Wotton Road, Charfield, South Gloucestershire, GL12 8TG

Lyde Green Primary School, Willowherb Road, Emersons Green, Bristol, BS16 7LH

Severn Beach Primary School, Ableton Lane, Severn Beach, South Gloucestershire, BS35 4PP

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,875,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area


II.2.4) Description of the procurement: This contract will be fixed price in nature with the successful Supplier guaranteeing both the number of input hours to the contract and the quality of cleaning provision.

The contract will commence on 1 January 2022 for an initial period of three years, ending on 31 December 2024, with the opportunity to extend for a further period of two years at the discretion of the governing body.

We are seeking a suitably experienced Supplier who has current experience of working within the primary or secondary school market place, ideally with a strong operational base within the Bristol area, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when required moving forwards into this contract term.

The scope of the contract covers all cleaning provision within all school buildings. 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 Trust and School senior management teams on the contract performance.

Any variations to the contract that are requested by the Client should be invoiced at the agreed rate and should be calculated on an hourly rate per employee needed to carry out the variation to the satisfaction of the contract supervising officer. The Client’s requirement shall be for 190 academic days, 5 inset days and 20 days periodic cleaning per annum.

NB: Through this tender process it is CSET’s intention to rationalise the number of cleaning weeks staff are contracted to work, to 43 weeks, i.e. 190 days term time cleaning, 5 inset days and 20 day deep cleaning. Currently Castle School cleaning staff contracts range from 52 weeks to 41 weeks, Mangotsfield and Severn Beach Schools are cleaned for 52 weeks. All other schools are currently contracted to 41 weeks cleaning. The HR capability and proposed detailed implementation methodology of the successful contractor requires evidencing.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the Client.

The Client requires that the tendered amount of hours are worked at all times and the successful Supplier is expected to have a system in place to cover for both planned and unplanned leave.

The Supplier shall provide a comprehensive cleaning service to the Client so as to promote a clean, healthy and safe environment which presents a positive image to all users and visitors.

The schools must at all times meet health, safety and environmental standards appropriate to the schools and its use and the successful Supplier must comply with the Client’s health, safety and environmental policies and procedures. The services must be provided so as not to interrupt the routine of the schools.
The focus of our requirement is for a high quality cleaning service, fully compliant to the agreed specification at all times.

The projected cost of cleaning for the current year is circa £575K.

The focus of the requirement is equally for a high quality cleaning service, fully compliant to the agreed specification at all times.

Some Schools may require some caretaking support, however any requirement shall be negotiated after contract award with the successful contractor.

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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/X68M2R823Y


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: 2021/S 000-010256



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: 18/10/2021

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)
Purgo Supply Services Limited, 08665358
193 Castelnau, Barnes, London, SW13 9ER, United Kingdom
NUTS Code: UKI
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: 2,875,000
Total value of the contract/lot: 3,590,484
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=644323660

VI.4) Procedures for review

VI.4.1) Review body
Castle School Education Trust
C/O Mangotsfield School, Rodway Hill, Bristol, BS16 9LH, 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: 17/11/2021