UK-Bath: School cleaning services.

UK-Bath: School cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Mulberry Lodge
Longfellow Road, Radstock, Bath, BA3 3AL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1
I.2) Joint procurement
The contract involves joint procurement: Yes.
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/922XJP2A4S
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: The Partnership Trust ~ Cleaning Tender V2
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 The Partnership Trust. Eighteen schools are part of this tender GAP needs filling.
II.1.5) Estimated total value:
Value excluding VAT: 3,012,000
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:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area

II.2.4) Description of procurement: 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 schools. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.
The schools require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide clean Schools that are fit for purpose and that the Contractor is pro-active in the management of the contract, thus ensuring that all output / Input specifications are achieved and that the required frequency of cleans is delivered.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a clean and pleasant environment for pupils, staff and visitors within all of the schools consistently.
It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BIC’S 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 successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and also within the successful contractor’s organisation, thus working to deliver The Partnership Trust’s environmental policies.
Please see SQ document for more information.
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: 3,012,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2025 / End: 31/03/2031
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: 19/07/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/09/2024
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Bath:-School-cleaning-services./922XJP2A4S

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/922XJP2A4S
VI.4) Procedures for review
VI.4.1) Review body:
Mulberry Lodge
Longfellow Road, Radstock, Bath, BA3 3AL, 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: 10/06/2024

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Cameley Primary School
Meadway, Cloud, Bristol, BS39 5BD, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Castle Primary School
Newlands Road, Keynsham, Bristol, BS31 2TS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Chew Magna Primary School
Butham Lane, Chew Magna, Bristol, BS40 8RQ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
Farmborough Church Primary School
The Street, Farmborough, Bath, BA2 0FY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Fosse Way School
Longfellow Road, Radstock, Bath, BA3 3AL, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
6: Contracting Authority
Hayesdown First School
Wyville Road, Frome, Somerset, BA11 2BN, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
7: Contracting Authority
Horrington Primary School
Bath Road, Wells, Somerset, BA5 3EB, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
8: Contracting Authority
Marksbury C of E Primary School
Marksbury, Marksbury, BA2 9HS, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
9: Contracting Authority
Moorlands Infant School Federation
Chantry, Mead Road, Bath, BA2 2DE, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
10: Contracting Authority
Moorlands Junior School Federation
Chantry, Mead Road, Bath, BA2 2DE, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
11: Contracting Authority
Nunney First School
Catch Road, Nunney, Frome, BA11 4NE, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
12: Contracting Authority
Paulton Infant School
Plumptre Close, Paulton, BS39 7QY, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
13: Contracting Authority
Pensford Primary School
Pensford Hill, Pensford, Bristol, BS39 4AA, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
14: Contracting Authority
Roundhill Primary School
Mount Road, Southdown, Bath, BA2 1LG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
15: Contracting Authority
The Mendip School
Edmund Rack Road, Prestleigh, Shepton Mallet, Somerset, BA4 4FZ, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
16: Contracting Authority
St Mary’s C of E Primary & Nursery
Old Road, Writhlington, Radstock, Somerset, BA3 3NG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK12

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
17: Contracting Authority
Weston All Saints Primary School
Broadmoor Lane, Weston, Bath, BA1 4JR, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://thepartnershiptrust.co.uk/
NUTS Code: UKK1