Skip to main content.

The Litmus Partnership: Holy Cross MAC ~ Cleaning Services Tender

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

Notice Summary
Title: Holy Cross MAC ~ 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 Holy Cross MAC at the following schools: Cardinal Newman Catholic School Bishop Ullathorne Catholic School St Thomas More Catholic Primary School Christ the King Catholic Primary School St Augustine's Catholic Primary School St John Vianney Catholic Primary School St Elizabeth's Catholic Primary School
Published: 24/12/2019 15:47
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-Coventry: School cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Holy Cross Catholic Multi Academy Company
             Heathcote Street, Coventry, CV6 3BL, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.hcmac.co.uk/
             NUTS Code: UKG33
      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-Coventry:-School-cleaning-services./38WZY448Q4
      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: Holy Cross MAC ~ 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 Holy Cross MAC at the following schools:
Cardinal Newman Catholic School
Bishop Ullathorne Catholic School
St Thomas More Catholic Primary School
Christ the King Catholic Primary School
St Augustine's Catholic Primary School
St John Vianney Catholic Primary School
St Elizabeth's Catholic Primary School       
      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:
      UKG33 Coventry
      
      II.2.4) Description of procurement: The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of cleaning services at each of the Schools. The high quality service levels proposed should maintain excellent standards throughout, resulting in a pleasant environment for both the students and staff.
The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide an environment that is fit for purpose and that the Supplier 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 from 1 August 2020 until 31 July 2023, with the option to extend the contract term for a further term of up to two years and 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 cleaning element of 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.
The MAC may grow in the number of Schools becoming part of the MAC during this contract period. The provision of services within any further Schools, when they have joined the MAC, may fall under the scope of this contract. The successful Supplier would be expected to provide the service within the additional Schools, using the same costing model, ratios etc. that they applied to their successful financial submission for the MAC, 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 MAC.
      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: 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: 24/01/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/02/2020       
      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-Coventry:-School-cleaning-services./38WZY448Q4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38WZY448Q4
   VI.4) Procedures for review
   VI.4.1) Review body:
             Holy Cross Catholic Multi Academy Company
       Coventry, 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: 24/12/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Coventry: School cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Holy Cross Catholic Multi Academy Company
       Heathcote Street, Coventry, CV6 3BL, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.hcmac.co.uk/
       NUTS Code: UKG33

   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: Holy Cross MAC ~ 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 Holy Cross MAC at the following schools:
Cardinal Newman Catholic School
Bishop Ullathorne Catholic School
St Thomas More Catholic Primary School
Christ the King Catholic Primary School
St Augustine's Catholic Primary School
St John Vianney Catholic Primary School
St Elizabeth's Catholic Primary School

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,368,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG33 - Coventry
   
      Main site or place of performance:
      Coventry
             

      II.2.4) Description of the procurement: The tender project is seeking to appoint a Supplier whose initiative and innovation will be welcomed for the provision of cleaning services at each of the Schools. The high quality service levels proposed should maintain excellent standards throughout, resulting in a pleasant environment for both the students and staff.
The basis and rationale that the Client requires the successful Supplier to operate to at all times, is being able to provide an environment that is fit for purpose and that the Supplier 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 from 1 August 2020 until 31 July 2023, with the option to extend the contract term for a further term of up to two years and 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 cleaning element of 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.
The MAC may grow in the number of Schools becoming part of the MAC during this contract period. The provision of services within any further Schools, when they have joined the MAC, may fall under the scope of this contract. The successful Supplier would be expected to provide the service within the additional Schools, using the same costing model, ratios etc. that they applied to their successful financial submission for the MAC, 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 MAC.

      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: Not Provided


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: 2019/S 250-620634
      
   

   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: 620634    
   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: 26/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Accuro FM Ltd, 03070774
             128 Buckingham Palace Road, London, SW1W 9SA, United Kingdom
             NUTS Code: UKG33
            The contractor is an SME: Yes

      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: 2,135,764.55
         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://litmustms.co.uk/delta/viewNotice.html?noticeId=529704526

   VI.4) Procedures for review

      VI.4.1) Review body
          Holy Cross Catholic Multi Academy Company
          Coventry, 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: 29/09/2020