3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Lawn Manor Academy - part of the Royal Wootten Basset Academy Trust |
Notice type: | Contract Notice |
Authority: | 3C Consultancy Services Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Royal Wootten Bassett Academy Trust - Lawn Manor Academy, Wellington Academy, Wellington Primary and Wellington Eagles are looking for a service provider to manage their cleaning services and providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current outsourced and inhouse staffing arrangements |
Published: | 02/02/2021 13:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lawn Manor Academy - Part of Royal Wootten Basset Academy Trust
Treforest Campus, Salcombe Grove,, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Contact: Nigel Armstrong
Main Address: https://www.lawnmanor.org/, Address of the buyer profile: https://www.lawnmanor.org/
NUTS Code: UKK15
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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Building-cleaning-services./8U3V8477N9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/5455M8TDW5 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: Lawn Manor Academy - part of the Royal Wootten Basset Academy Trust
Reference Number: Not provided
II.1.2) Main CPV Code:
90911200 - Building-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Wootten Bassett Academy Trust - Lawn Manor Academy, Wellington Academy, Wellington Primary and Wellington Eagles are looking for a service provider to manage their cleaning services and providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current outsourced and inhouse staffing arrangements
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90911200 - Building-cleaning services.
II.2.3) Place of performance:
UKK15 Wiltshire CC
II.2.4) Description of procurement: Royal Wootten Bassett Academy Trust - Lawn Manor Academy, Wellington Academy, Wellington Primary and Wellington Eagles are looking for a service provider to manage their cleaning services and providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current outsourced and inhouse staffing arrangements
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Contract management and staffing resources / Weighting: 35
Quality criterion - Name: Contractor/client reporting / Weighting: 10
Quality criterion - Name: Service expectations and delivery / Weighting: 20
Cost criterion - Name: Three year contract value / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2021 / End: 31/07/2024
This contract is subject to renewal: Yes
Description of renewals: The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: This is detailed within the supplied documentation and information.
II.2.10) Information about variants:
Variants will be accepted: No
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://www.delta-esourcing.com/respond/5455M8TDW5
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:
In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A selection questionnaire will need to be completed and returned www.delta-esourcing.com as part of the request to participate process. Tenderers will be selected as part of this stage to receive the ITT documentation.
Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, none payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
In the first instance, candidates should register with www.delta-esourcing.com and express an interest in the contract. A selection questionnaire will need to be completed and returned to www.delta-esourcing.com as part of the selection process.
Candidates will need to provide as part of the selection questionnaire process details of turnover, profit and capital and reserves for previous 3 years.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process
Minimum level(s) of standards possibly required (if applicable) :
A statement of a minimum turnover level is detailed within the standard questionnaire documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Candidates will need to provide as part of the selection questionnaire process evidence of current business, quality standards, accreditation and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum level(s) of standards possibly required (if applicable) :
SQ risk grid status will be evaluated on a pass/fail basis. Please see the explanation on page 6-8 of the SQ for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. To pass this evaluation the suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:
— public liability insurance GBP 5 000 000.00,
— employers liability insurance GBP 5 000 000.00.
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
Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor
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: No
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: 05/03/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 12/03/2021
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:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Yes — 30 months from contract start date, depending on whether extension periods are taken up.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Building-cleaning-services./8U3V8477N9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8U3V8477N9
VI.4) Procedures for review
VI.4.1) Review body:
Lawn Manor Academy - Part of the Royal Wootten Bassett Academy Trust
Salcombe Grove, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Internet address: www.lawnmanor.org
VI.4.2) Body responsible for mediation procedures:
Lawn Manor Academy - Part of the Royal Wootten Bassett Academy Trust
Salcombe Grove, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
Internet address: https://www.lawnmanor.org/
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: 02/02/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Lawn Manor Academy - Part of Royal Wootten Basset Academy Trust
Treforest Campus, Salcombe Grove,, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Contact: Nigel Armstrong
Main Address: https://www.lawnmanor.org/, Address of the buyer profile: https://www.lawnmanor.org/
NUTS Code: UKK15
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: Lawn Manor Academy - part of the Royal Wootten Basset Academy Trust
Reference number: Not Provided
II.1.2) Main CPV code:
90911200 - Building-cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Wootten Bassett Academy Trust - Lawn Manor Academy, Wellington Academy, Wellington Primary and Wellington Eagles are looking for a service provider to manage their cleaning services and providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current outsourced and inhouse staffing arrangements
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 1,559,647 / Highest offer:1,571,513
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90911200 - Building-cleaning services.
II.2.3) Place of performance
Nuts code:
UKK15 - Wiltshire CC
Main site or place of performance:
Wiltshire CC
II.2.4) Description of the procurement: Royal Wootten Bassett Academy Trust - Lawn Manor Academy, Wellington Academy, Wellington Primary and Wellington Eagles are looking for a service provider to manage their cleaning services and providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE process for the current outsourced and inhouse staffing arrangements
II.2.5) Award criteria:
Quality criterion - Name: Contract management and staffing resources / Weighting: 35
Quality criterion - Name: Contractor/client reporting / Weighting: 10
Quality criterion - Name: Service expectations and delivery / Weighting: 20
Cost criterion - Name: Three year contract value / Weighting: 35
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://www.delta-esourcing.com/respond/5455M8TDW5
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-002058
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: 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: 28/05/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Purgo Supply Services Ltd, 08665358
193 Castlenau, Barnes, SW13 9ER, United Kingdom
Tel. +44 2038271809, Email: info@purgo.co.uk
Internet address: https://www.purgo.co.uk/
NUTS Code: UKI3
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: 1,200,000
Lowest offer: 1,559,647 / Highest offer: 1,561,284
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=616451540
VI.4) Procedures for review
VI.4.1) Review body
Lawn Manor Academy - Part of the Royal Wootten Bassett Academy Trust
Salcombe Grove, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consultancy.co.uk
Internet address: www.lawnmanor.org
VI.4.2) Body responsible for mediation procedures
Lawn Manor Academy - Part of the Royal Wootten Bassett Academy Trust
Salcombe Grove, Swindon, SN3 1ER, United Kingdom
Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
Internet address: https://www.lawnmanor.org/
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: 05/08/2021