UK-Hertfordshire: School cleaning services.
UK-Hertfordshire: School cleaning services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Queen Elizabeth's Girls' School
				 High Street, Barnet, Hertfordshire, EN5 5RR, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://www.qegschool.org.uk/
				 NUTS Code: UKH23
		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-UK-Hertfordshire:-School-cleaning-services./7XD2U98X49 
		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:  Queen Elizabeth's Girls' 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 Queen Elizabeth’s Girl’s School. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  700,000 		
		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: 
		UKH23 Hertfordshire 
  		
		II.2.4) Description of procurement:  Queen Elizabeth’s Girls’ School in Barnet is an 11-18 fully comprehensive state school with approximately 1200 students and 150 staff.  We are proud to consistently be over-subscribed and a school of choice within the local community, with a strong reputation for educating women of the future.  Our consistently high examination results place us in the top 1% of all schools nationally, which is an incredible achievement for a fully comprehensive state school.  We continue to build on our strong results year on year and we are an emerging centre of excellence for a number of areas of our practice, having gained SSAT and DFE recognition.
We occupy a beautiful site with 29 acres of land, being conveniently located directly opposite High Barnet tube station.  We have a range of buildings including:
•A main Victorian block dating back to 1888 (with various extensions over the years)
•A large sports centre and swimming pool
•The Meadway block which was opened in the 1960s
•The Lindani block which was opened in 2010.
Queen Elizabeth’s Girls’ School prides itself on its high standards across the board and we seek to provide an optimal learning environment which will support our students to flourish.  We have invested significantly on further improving our facilities and we have ambitious plans for future expansion in order to support our school to become a centre of excellence for STEM subjects.
The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for the school. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff.
 
The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide a School that is fit for purpose and that the Contractor 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 1st August 2022 to 31st July 2025 with the option to extend for up to a further 2 years at the discretion of the client. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis.
 
It should be noted that the successful contractor will be expected to bring to 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.
Current cleaning arrangement: 
•At present there are 13 cleaning staff employed 
•The current incumbent contractor is DB Services
•There are not any incumbent members of cleaning staff who are members of the LGPS
•Please be advised that the school has a minimum requirement for a contractor’s employers liability/ public liability and professional indemnity insurance of £10 million.
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m
•The annual value of the current contract is £140,000
•Therefore the value of the term of the contract is £700,000 (annual value of the contract x 5)
•Please be advised that the winning contractor of this tender will be required to pay the cost of this tender directly to the Litmus Partnership upon contract award, of £4,950+VAT. 
		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:  700,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/08/2022 / End: 31/07/2027 		
		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:  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: 11/03/2022    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  14/04/2022 		
		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-Hertfordshire:-School-cleaning-services./7XD2U98X49
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/7XD2U98X49
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Queen Elizabeth's Girls' School
		 High Street, Barnet, Hertfordshire, EN5 5RR, 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: 09/02/2022
Annex A