The Litmus Partnership has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Lambeth School’s Cluster ~ Cleaning Services Tender |
Notice type: | Contract Award Notice |
Authority: | The Litmus Partnership |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another. The schools involved are: LOT A :Sudbourne Primary School LOT B: Loughborough Primary School LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT. |
Published: | 29/12/2020 09:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Sudbourne Primary School
Hayter Road, Brixton, London, SW2 5AP, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.sudbourne.com/
NUTS Code: UKI
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.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: Lambeth School’s Cluster ~ 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 Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another.
The schools involved are:
LOT A :Sudbourne Primary School
LOT B: Loughborough Primary School
LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre
With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 520,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:LOT A ~ Sudbourne Primary School
Lot No:A
II.2.2) Additional CPV code(s):
90919300 - School cleaning services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Sudbourne Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.The school has approximately 350 children of mixed gender aged 3-11 years. The school has been given the go-ahead by The London Borough of Lambeth Planning Authorities for an additional 360 pupil places with the creation of a split site school, expanding from 1.5FE to 3FE. It is anticipated that the new building will be complete within the initial term of the purposed new cleaning contract.
Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Sudbourne Primary School is estimated at £150,000.
The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.
Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT B
Loughborough Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
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/J3M223RN52
II.2) Description (lot no. 2)
II.2.1) Title:LOT B ~ Loughborough Primary School
Lot No:B
II.2.2) Additional CPV code(s):
90919300 - School cleaning services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Loughborough Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.
The school has approximately 420 children of mixed gender aged between 3-11 years.
With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.
Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Loughborough Primary School is estimated at £185,000.
The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.
Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS.
LOT A
Sudbourne Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
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/SH4V279663
II.2) Description (lot no. 3)
II.2.1) Title:LOT C ~ Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre
Lot No:C
II.2.2) Additional CPV code(s):
90919300 - School cleaning services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.
Effra Early Years’ Centre
The school has approximately 140 pupils of mixed gender aged between 2-5 years. Effra Early Years’ Centre is part of the Lambeth Nursery Schools' Federation
Maytree Nursey School & Children’s Centre
The school has approximately 100 children of mixed gender aged between 2-4 years. Maytree Nursery Schools & Children’s Centre is also part of the Lambeth Nursery Schools' Federation
Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre is estimated at £185,000.
The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.
With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.
Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT A
Sudbourne Primary School
LOT B
Loughborough Primary School
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/9X63FCR3B8
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 91-218515
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: Not Provided
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 26/10/2020
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)
Wetton Cleaning Services Limited, 00473038
Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1XR, United Kingdom
NUTS Code: UKJ4
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: 189,055
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 26/10/2020
V.2.2) Information about tenders
Number of tenders received: 6
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: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wetton Cleaning Services Limited, 00473038
Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1XR, United Kingdom
NUTS Code: UKJ4
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: 251,820
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=556965918
VI.4) Procedures for review
VI.4.1) Review body
Sudbourne Primary School
London, SW2 5AP, 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: 29/12/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Loughborough Primary School
44 Minet Road, London, SW9 7UA, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.loughboroughprimarylambeth.org.uk/
NUTS Code: UKI
2: Contracting Authority
Effra Early Years’ Centre
35 Effra Parade, London, SW2 1P, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://effra.lambeth.sch.uk/
NUTS Code: UKI
3: Contracting Authority
Maytree Nursey School & Children’s Centre
4 Allingham Road, London, SW4 8EG, United Kingdom
Email: tenders@litmuspartnership.co.uk
Main Address: https://www.maytree-nursery.lambeth.sch.uk/
NUTS Code: UKI