The Litmus Partnership is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | The de Ferrers Trust ~ 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 The de Ferrers Trust. The de Ferrers Trust is a mixed multi-academy trust based in Staffordshire and Derbyshire. The trust currently consists of seven schools (three secondaries and four primaries). The trust educates approximately 5000 children and young people between the ages of 3 and 19 and employs over 600 members of staff. |
Published: | 04/02/2020 18:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The de Ferrers Trust
c/o The de Ferrers Academy, St Mary's Drive, Burton On Trent, DE13 0LL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.deferrers.com
NUTS Code: UKG24
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/WK73TMU4W7
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: The de Ferrers Trust ~ 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 The de Ferrers Trust.
The de Ferrers Trust is a mixed multi-academy trust based in Staffordshire and Derbyshire. The trust currently consists of seven schools (three secondaries and four primaries). The trust educates approximately 5000 children and young people between the ages of 3 and 19 and employs over 600 members of staff.
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:
UKG24 Staffordshire CC
UKF1 Derbyshire and Nottinghamshire
II.2.4) Description of procurement: The de Ferrers Trust comprises the following schools:
The de Ferrers Academy
Horninglow Primary School
Lansdowne Infants School
Eton Park Junior
The Pingle Academy
Granville Academy
Richard Wakefield Primary School
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 September 2020 until 31 August 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.
There is a possibility of a two-stage contract start date, as staff are employed directly at Lansdowne Infants School, The Pingle Academy and Richard Wakefield Primary School and potentially their consultation period may delay their contract start date.
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 trust may grow in the number of schools becoming part of the trust during this contract period. The provision of services within any further schools when they have joined the trust 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 trust, 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 trust.
The Client’s objectives:
•To build upon the standards of cleanliness and maintenance services within the schools
•To receive a service that complies with the service standards
•To receive consistently high-quality cleaning standards, via a motivated and fully staffed workforce
•To generate an improved learning environment for all students
•To receive proactive management support for the cleaning staff
•To hold regular review meetings with the successful Supplier
Whilst the Client prioritises value for money as a key objective of the competitive tender process, the governing bodies and The de Ferrers Trust are not obliged to accept the lowest price.
Further information is provided in the SQ document.
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: 01/09/2020 / End: 31/08/2025
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: 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: 06/03/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/04/2020
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 contractin gauthority 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 aconforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Burton-On-Trent:-School-cleaning-services./WK73TMU4W7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WK73TMU4W7
VI.4) Procedures for review
VI.4.1) Review body:
The de Ferrers Trust
Burton on Trent, 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: 04/02/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The de Ferrers Trust
c/o The de Ferrers Academy, St Mary's Drive, Burton On Trent, DE13 0LL, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: http://www.deferrers.com
NUTS Code: UKG24
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: The de Ferrers Trust ~ 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 The de Ferrers Trust.
The de Ferrers Trust is a mixed multi-academy trust based in Staffordshire and Derbyshire. The trust currently consists of seven schools (three secondaries and four primaries). The trust educates approximately 5000 children and young people between the ages of 3 and 19 and employs over 600 members of staff.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,200,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKG24 - Staffordshire CC
UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance:
Staffordshire CC
Derbyshire and Nottinghamshire
II.2.4) Description of the procurement: The de Ferrers Trust comprises the following schools:
The de Ferrers Academy
Horninglow Primary School
Lansdowne Infants School
Eton Park Junior
The Pingle Academy
Granville Academy
Richard Wakefield Primary School
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 September 2020 until 31 August 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.
There is a possibility of a two-stage contract start date, as staff are employed directly at Lansdowne Infants School, The Pingle Academy and Richard Wakefield Primary School and potentially their consultation period may delay their contract start date.
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 trust may grow in the number of schools becoming part of the trust during this contract period. The provision of services within any further schools when they have joined the trust 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 trust, 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 trust.
The Client’s objectives:
•To build upon the standards of cleanliness and maintenance services within the schools
•To receive a service that complies with the service standards
•To receive consistently high-quality cleaning standards, via a motivated and fully staffed workforce
•To generate an improved learning environment for all students
•To receive proactive management support for the cleaning staff
•To hold regular review meetings with the successful Supplier
Whilst the Client prioritises value for money as a key objective of the competitive tender process, the governing bodies and The de Ferrers Trust are not obliged to accept the lowest price.
Further information is provided in the SQ document.
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: 2020/S 28-65867
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: 065867
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: 07/07/2020
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)
Accuro FM Ltd, 03070774
128 Buckingham Palace Road, London, SW1W 9SA, United Kingdom
NUTS Code: UKG24
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: 4,189,645
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=527589292
VI.4) Procedures for review
VI.4.1) Review body
The de Ferrers Trust
Burton on Trent, 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