The Litmus Partnership is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Sharnbrook Academy Federation ~ 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 Sharnbrook Academy Federation. The SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of everything we do’. The SAF consists of five schools where four of these schools (as below) are included within this tender project. The fifth school or any other schools that may join this Trust during the course of this contract may, at the discretion of the Client, be added to this cleaning contract. |
Published: | 11/02/2020 16:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Sharnbrook Academy Federation
Odell Road, Sharnbrook, MK44 1JL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.saf.org.uk/
NUTS Code: UKH2
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/SW2J2Z4TRP
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: Sharnbrook Academy Federation ~ 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 Sharnbrook Academy Federation.
The SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of everything we do’.
The SAF consists of five schools where four of these schools (as below) are included within this tender project. The fifth school or any other schools that may join this Trust during the course of this contract may, at the discretion of the Client, be added to this cleaning contract.
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: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH2 Bedfordshire and Hertfordshire
II.2.4) Description of procurement: The successful Supplier will be required to provide cleaning services for Sharnbrook Academy Federation at: Sharnbrook Academy; Lincroft Academy; Harrold Primary Academy; Great Ouse Primary Academy.
The tender project is seeking to appoint an established and proven Supplier whose commitment, initiative and innovation will be welcomed for the provision of cleaning services within the facilities for four schools in SAF, with the potential for the fifth school in SAF coming on board during the contract. The high-quality service levels proposed will ensure excellent standards throughout, resulting in a pleasant environment to enable our staff to deliver excellent teaching and learning for students at our schools.
The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide schools that are fit for purpose, clean and sanitary. The Client requires the Supplier to be extremely proactive in the management of the contract, thus ensuring that all specifications are rigorously achieved and that the frequency and depth of cleans is as detailed within the tender specification.
The contract being tendered is for three years in duration from 1 August 2020 until 31 July 2023 with an option to extend for up to a further two years, at the discretion of the Client. The contract will be fixed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis.
It should be noted that the successful Supplier will be expected to bring to the contract: innovation; new equipment; effective cleaning methods, high quality health and safety training for operatives, robust monitoring and supervision structures, with BICSc standards being achieved, as a minimum. The Supplier will ensure that the highest levels of cleanliness are maintained in all areas at all times and that the effectiveness of the cleaning operatives is managed robustly to enhance their productivity moving forward into the new contract term.
•The total value of the current cleaning provision across these four schools within the SAF is £355,000 per annum and therefore the value of the contract over the maximum five-year term is £1,775,000.
•Please be advised that the Trust has a minimum requirement for a Supplier’s employers liability / public liability and professional indemnity insurance of £10 million.
•The minimum annual turnover your organisation must have achieved to be accepted onto this project is £1 million.
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: 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/SW2J2Z4TRP
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: 27/03/2020
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-Sharnbrook:-School-cleaning-services./SW2J2Z4TRP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SW2J2Z4TRP
VI.4) Procedures for review
VI.4.1) Review body:
Sharnbrook Academy Federation
Sharnbrook, 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: 11/02/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Sharnbrook Academy Federation
Odell Road, Sharnbrook, MK44 1JL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.saf.org.uk/
NUTS Code: UKH2
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: Sharnbrook Academy Federation ~ 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 Sharnbrook Academy Federation.
The SAF is a Multi-Academy Trust that exists to provide an outstanding education for all students, ‘putting their progress at the heart of everything we do’.
The SAF consists of five schools where four of these schools (as below) are included within this tender project. The fifth school or any other schools that may join this Trust during the course of this contract may, at the discretion of the Client, be added to this cleaning contract.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,775,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance:
Bedfordshire and Hertfordshire
II.2.4) Description of the procurement: The successful Supplier will be required to provide cleaning services for Sharnbrook Academy Federation at: Sharnbrook Academy; Lincroft Academy; Harrold Primary Academy; Great Ouse Primary Academy.
The tender project is seeking to appoint an established and proven Supplier whose commitment, initiative and innovation will be welcomed for the provision of cleaning services within the facilities for four schools in SAF, with the potential for the fifth school in SAF coming on board during the contract. The high-quality service levels proposed will ensure excellent standards throughout, resulting in a pleasant environment to enable our staff to deliver excellent teaching and learning for students at our schools.
The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide schools that are fit for purpose, clean and sanitary. The Client requires the Supplier to be extremely proactive in the management of the contract, thus ensuring that all specifications are rigorously achieved and that the frequency and depth of cleans is as detailed within the tender specification.
The contract being tendered is for three years in duration from 1 August 2020 until 31 July 2023 with an option to extend for up to a further two years, at the discretion of the Client. The contract will be fixed price in nature, with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis.
It should be noted that the successful Supplier will be expected to bring to the contract: innovation; new equipment; effective cleaning methods, high quality health and safety training for operatives, robust monitoring and supervision structures, with BICSc standards being achieved, as a minimum. The Supplier will ensure that the highest levels of cleanliness are maintained in all areas at all times and that the effectiveness of the cleaning operatives is managed robustly to enhance their productivity moving forward into the new contract term.
•The total value of the current cleaning provision across these four schools within the SAF is £355,000 per annum and therefore the value of the contract over the maximum five-year term is £1,775,000.
•Please be advised that the Trust has a minimum requirement for a Supplier’s employers liability / public liability and professional indemnity insurance of £10 million.
•The minimum annual turnover your organisation must have achieved to be accepted onto this project is £1 million.
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/SW2J2Z4TRP
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: 2020/S 32-76459
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: 076459
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: 22/06/2020
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: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Apleona HSG Limited, 04073907
Fifth Floor, City Reach, 5 Greenwich View Place, London, E14 9NN, United Kingdom
NUTS Code: UKH2
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,612,580
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=527705908
VI.4) Procedures for review
VI.4.1) Review body
Sharnbrook Academy Federation
Sharnbrook, 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: 21/09/2020