UK-Kent: School cleaning services.

UK-Kent: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Highsted Grammar School
Highsted Road, Sittingbourne, Kent, ME10 4PT, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.highsted.kent.sch.uk/
NUTS Code: UKJ4
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/respond/GN284D2VG5
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: Highsted Grammar 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 Highsted Grammar School.
II.1.5) Estimated total value:
Value excluding VAT: 239,079
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:
UKJ4 Kent

II.2.4) Description of procurement: Highsted Grammar School is an 11-18 selective girls’ school in Sittingbourne, Kent. Currently the school is four form entry school with a PAN of 120 but has taken an additional form of entry over PAN (150) for the last four years. In 2010 the school converted to Academy status.

The school’s most recent Ofsted report confirms that the school is outstanding in all areas; outcomes for children are excellent and the school seeks to be outstanding all that it endeavours. Consequently, the environment that pupils and staff work within needs to reflect the ambitious values of the school and be in-keeping with the high expectations for an effective, high performing environment. The school seeks to ensure that it achieves best value from all engaged in the pursuit of delivering quality outcomes for children.

The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of service – cleaning - within the existing facilities for the 926 pupils and 74 teaching and support staff, to ensure that the cleanliness of the accommodation meets health and safety regulations in addition to supporting the delivery of quality education and upholding staff/pupil well-being.

The contract being tendered is for three years in duration from 01 January 2023 and will operate as a Guaranteed Performance Contract, with the successful contractor offering the school a guaranteed return /cost per annum for the provision of cleaning services.

The school year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that the school will be open to receive pupils for the legal minimum of 190 days.

The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes multiple buildings within which specialist and non-specialist activity is delivered in addition to general staff areas.


Currently the accommodate comprises of:

Main block which is a three-storey building housing the main school hall, reception and general office area, medical room, large staff room, facilities storage, specialist science laboratories, science prep rooms, a library, ventilated server room, finance suite, two computer rooms and general teaching classrooms. Backing on to the school hall is the Sixth Form Common room and PE changing rooms. Four blocks of toilets can be located in this building which is flanked at each end by a staircase. The Headteacher and senior staff occupy offices in this part of the school.

T Block is a specialist area for Art, Design and Technology and comprises of two staff offices, a toilet block, a specialist kitchen for delivering the food technology curriculum in addition to four specialist workshops. At the heart of this building Art and DT supplies are stored.

C Block is a two-storey building comprising of six general teaching classrooms and a double computer/media suite. The building hosts two staff offices.

E Block is a large two storey building; floor one includes four general teaching classrooms, a pastoral suite, a large performing arts area, two staff offices, a small computer suite and a block of toilets. Floor two comprises of a large pastoral suite with toilet area and staff office, two music rooms and four general music practice rooms, an IT office and ventilated server room, two general teaching rooms, three computer suites and a meeting room. Staff and pupil toilets are located on this floor. Both ends of the building are flanked by an internal staircase.

R Block is a stand-alone modular building comprising of eight general teaching rooms.

Sports Hall is a four-court building with a small staff office, toilet and changing facilities backed on to a circular mirrored dance studio.

Hi Pod is a singular, circular building with small kitchen. This is a multipurpose space.

Please see SQ Document for further details.
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: 239,079
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2023 / End: 31/12/2025
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: 05/08/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/09/2022
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-Kent:-School-cleaning-services./GN284D2VG5

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/GN284D2VG5
VI.4) Procedures for review
VI.4.1) Review body:
Highsted Grammar School
Kent, 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: 24/06/2022

Annex A