Skip to main content.

The Litmus Partnership: East Anglian Schools Trust ~ Cleaning Services Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: East Anglian Schools Trust ~ Cleaning Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide cleaning services for East Anglian Schools Trust (EAST) at the following schools: •Kesgrave High School, Main Road, Kesgrave, Ipswich, Suffolk, IP5 2PB •Bungay High School, Queens Road, Bungay, Suffolk, NR35 1RW
Published: 07/02/2020 20:38
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Woodbridge: School cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             East Anglian Schools Trust
             Ransom Road, Woodbridge, IP12 4JX, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.eastanglianschoolstrust.co.uk/
             NUTS Code: UKH14
      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/Q29P853A79
      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: East Anglian Schools Trust ~ Cleaning Services 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 East Anglian Schools Trust (EAST) at the following schools:
•Kesgrave High School, Main Road, Kesgrave, Ipswich, Suffolk, IP5 2PB
•Bungay High School, Queens Road, Bungay, Suffolk, NR35 1RW       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Kesgrave High School       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90919300 - School cleaning services.
      
      II.2.3) Place of performance:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: The contract being offered commences on 1 August 2020 for an initial three-year period (based on 1+1+1) and will operate on a fixed cost basis, with the option to extend for a further two one-year periods.
Please note that the successful Supplier will pay The Litmus Partnership a consultancy fee on award of this contract, which will be to the value of £4,250 plus VAT. This fee will be invoiced immediately after the 10-day standstill period ends on 29 June 2020. The total full fee will be paid by the successful Supplier, in full to Litmus, by no later than Friday 18 July 2020.
The approximate current annual value of this contract is:
•Kesgrave High School £155,000.00.
•Bungay High School £120,000.00
Please note: Suppliers may opt to quote for either one or both schools ~ the Trust may also choose to award the contract to two different suppliers.
It is anticipated that the number of schools in EAST may continue to grow during the course of this contract. The provision of cleaning services to these schools when they have joined will fall under the scope of this contract if required. The successful Supplier/s will be expected to provide the cleaning services at these additional schools using the same costing model, ratios, etc that were applied to the successful bid at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2020 / End: 31/07/2025       
      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: 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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/Q29P853A79       
II.2) Description Lot No. 2
      
      II.2.1) Title: Bungay High School       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90919300 - School cleaning services.
      
      II.2.3) Place of performance:
      UKH14 Suffolk
      
      II.2.4) Description of procurement: The contract being offered commences on 1 August 2020 for an initial three-year period (based on 1+1+1) and will operate on a fixed cost basis, with the option to extend for a further two one-year periods.
Please note that the successful Supplier will pay The Litmus Partnership a consultancy fee on award of this contract, which will be to the value of £4,250 plus VAT. This fee will be invoiced immediately after the 10-day standstill period ends on 29 June 2020. The total full fee will be paid by the successful Supplier, in full to Litmus, by no later than Friday 18 July 2020.
The approximate current annual value of this contract is:
•Kesgrave High School £155,000.00.
•Bungay High School £120,000.00
Please note: Suppliers may opt to quote for either one or both schools ~ the Trust may also choose to award the contract to two different suppliers.
It is anticipated that the number of schools in EAST may continue to grow during the course of this contract. The provision of cleaning services to these schools when they have joined will fall under the scope of this contract if required. The successful Supplier/s will be expected to provide the cleaning services at these additional schools using the same costing model, ratios, etc that were applied to the successful bid at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the Trust.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2020 / End: 31/07/2025       
      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: 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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/3K2DDF7F7F       


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: 13/03/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/04/2020       
      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://www.delta-esourcing.com/tenders/UK-UK-Woodbridge:-School-cleaning-services./Q29P853A79

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q29P853A79
   VI.4) Procedures for review
   VI.4.1) Review body:
             East Anglian Schools Trust
       Woodbridge, 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: 07/02/2020

Annex A


View any Notice Addenda

View Award Notice