Vixus Property Advisory is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Excalibur Academies Trust Cleaning Tender |
Notice type: | Contract Notice |
Authority: | Vixus Property Advisory |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Excalibur Academies Trust is looking for a cleaning provider to service six schools in and around Bristol and the South West of England. This includes two secondary schools and four primary schools. TUPE will apply. |
Published: | 02/02/2024 10:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
EXCALIBUR ACADEMIES TRUST, United Kingdom
Blackmoors Ln, Bower Ashton, Bristol, BS3 2JL, United Kingdom
Tel. +44 7709421667, Email: mark.weston@vixus.co.uk
Contact: Mark Weston
Main Address: https://www.excalibur.org.uk/
NUTS Code: UK
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-Bristol:-School-cleaning-services./M42D7H49KU
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: Excalibur Academies Trust Cleaning 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 Excalibur Academies Trust is looking for a cleaning provider to service six schools in and around Bristol and the South West of England.
This includes two secondary schools and four primary schools.
TUPE will apply.
II.1.5) Estimated total value:
Value excluding VAT: 560,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90919300 - School cleaning services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This tender is for the provision of cleaning services in six schools - five in Bristol and a sixth in Marlborough.
Appointment of a service provider that understands EAT’s vision and values and always works to accommodate these.
The winning service provider will be able to offer the following:
• Appropriately dressed operatives (to reflect the duties that they are performing)
• Strong absence cover procedures
• Appointment of a service provider that understands EAT’s vision and values and always works to accommodate these.
• A supplier that is flexible and adaptable to the changing requirements of the Academy Trust
• A service provider with a strong focus on innovation
• A strong senior management structure and support structure for the onsite teams
• A competitive employment package for the onsite staff team
• Developing the retained staff
• A priority in communication and reporting
• A best value solution (cost and quality)
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: ITT Quality Return / Weighting: 30
Quality criterion - Name: ITT Presentation / Weighting: 20
Cost criterion - Name: ITT Pricing / Weighting: 50
II.2.6) Estimated value:
Value excluding VAT: 560,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The Trust may wish to extend the period of the agreement if required and agreed by all parties. The extension period will be one year with an option to extend for a further one year.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
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: 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:
Please see tender attachments for terms and conditions
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: 04/03/2024 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-School-cleaning-services./M42D7H49KU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M42D7H49KU
VI.4) Procedures for review
VI.4.1) Review body:
The Excalibur Academies Trust
Granham Hill, Marlborough, SN8 4AX, 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: 02/02/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
EXCALIBUR ACADEMIES TRUST, United Kingdom
Blackmoors Ln, Bower Ashton, Bristol, BS3 2JL, United Kingdom
Tel. +44 7709421667, Email: mark.weston@vixus.co.uk
Contact: Mark Weston
Main Address: https://www.excalibur.org.uk/
NUTS Code: UK
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: Excalibur Academies Trust Cleaning 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 Excalibur Academies Trust is looking for a cleaning provider to service six schools in and around Bristol and the South West of England.
This includes two secondary schools and four primary schools.
TUPE will apply.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,824,874.96
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90919300 - School cleaning services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: This tender is for the provision of cleaning services in six schools - five in Bristol and a sixth in Marlborough.
Appointment of a service provider that understands EAT’s vision and values and always works to accommodate these.
The winning service provider will be able to offer the following:
• Appropriately dressed operatives (to reflect the duties that they are performing)
• Strong absence cover procedures
• Appointment of a service provider that understands EAT’s vision and values and always works to accommodate these.
• A supplier that is flexible and adaptable to the changing requirements of the Academy Trust
• A service provider with a strong focus on innovation
• A strong senior management structure and support structure for the onsite teams
• A competitive employment package for the onsite staff team
• Developing the retained staff
• A priority in communication and reporting
• A best value solution (cost and quality)
II.2.5) Award criteria:
Quality criterion - Name: ITT Quality Return / Weighting: 30
Quality criterion - Name: ITT Presentation / Weighting: 20
Cost criterion - Name: ITT Pricing / Weighting: 50
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: 2024/S 000-003467
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: 03/07/2024
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: Not Provided
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 Limited, 08665358
193 Castelnau, London, United Kingdom
NUTS Code: UK
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: 1,824,874.96
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=885455008
VI.4) Procedures for review
VI.4.1) Review body
The Excalibur Academies Trust
Granham Hill, Marlborough, SN8 4AX, 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: 28/08/2024