RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | St. Mary's Church of England High School - Cleaning Tender |
Notice type: | Contract Notice |
Authority: | RIVA Partnership Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The supplier is to provide excellent cleaning services at St Mary's CofE High School. This is to include both term time cleaning and periodic deep cleaning in the holiday periods. |
Published: | 25/09/2024 16:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
St. Mary's Church of England High School
Lieutenant Ellis Way, Cheshunt, EN7 5FB, United Kingdom
Tel. +44 7887915213, Email: rachel.ogrady@rivapartnership.co.uk
Contact: Rachel OGrady
Main Address: https://st-maryshigh.herts.sch.uk
NUTS Code: UKH23
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-Cheshunt:-School-cleaning-services./7NQR568RBJ
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: St. Mary's Church of England High School - 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 supplier is to provide excellent cleaning services at St Mary's CofE High School. This is to include both term time cleaning and periodic deep cleaning in the holiday periods.
II.1.5) Estimated total value:
Value excluding VAT: 950,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: St Mary’s is an 11 – 19 co-educational, comprehensive school with Academy status and an admission number of 240 for each new Year 7 cohort. At St Mary’s you will always find a welcome that is built on a strong Christian ethos and excellent relationships between adults and students.
“An exceptionally inclusive and caring community” SIAMS Inspection (2020)
St Mary’s CE High School is committed to providing a safe and caring learning environment founded on Christian principles. We continue to develop an excellent standard of education for all students allowing each individual to achieve their full potential regardless of ability or background.
We moved to our new site on Lieutenant Ellis Way in April 2010. The new school buildings provide an exceptional learning environment. Our facilities include a full size sports hall and main hall, drama studios, an outdoor amphitheatre, dedicated computer suites, a Learning Resource Centre and Student Centre as well as social spaces for each year group. It is served by industrial standard IT facilities.
An extension to the buildings to provide twelve new classrooms including two Science labs and two Technology Workshops will almost complete the original planned eight form entry school building.
The final stage of the school building completed in 2018 accommodates our growing sixth form and adds the final two ‘corners’ to the sixth form block. Further information can be found here: https://st-maryshigh.herts.sch.uk/
Tender information:
The successful tenderer will be required to provide cleaning services to the School.
The contract term being tendered is for three years 1st September 2025 – 31st August 2028. There is an option for a further extension period for up to two additional years to 31st August 2030. The contract offers an excellent opportunity to review and propose enhancements to the current cleaning services at the School. This includes both core term time cleaning over the 190 days of the academic year, plus holiday/ inset day and periodic deep cleaning throughout the year. The school is keen to secure a high quality cleaning service whereby it’s students are able to enjoy excellence in education, supported by excellently kept facilities. The school expects both a tightly managed service and high levels of productivity to be delivered by the cleaning staff at all times. The school is also proud of it’s ‘family ethos’ and expects a management style delivered by the successful contractor that supports, encourages and develops the cleaning staff. The school is not obliged to accept the lowest price submitted for this tender, rather the school is keen to secure ‘best value’ from this contract and to deliver a great learning environment to it’s students. Innovative and creative ideas as to how the cleaning services can be developed and improved, will be welcomed. The school seeks a contractor that is keen to work in partnership and who will deliver to it’s highest abilities, at all times. The contract shall be a fixed price contract with invoices raised monthly to the school.
Additional requirements and information:
•The School has a minimum requirement for a contractor’s employers' liability and public liability insurance of £5 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1 million
•There are incumbent cleaning staff currently within the Local Government Pension Scheme
•The cleaning services are currently contracted to Cleantec
•The successful contractor is required to pay the tender management fee directly to RIVA Partnership, upon contract award
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: 950,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2025 / End: 31/08/2030
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: Only candidates that meet the minimum selection criteria will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/7NQR568RBJ
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: 01/11/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/01/2025
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.
The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Cheshunt:-School-cleaning-services./7NQR568RBJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7NQR568RBJ
VI.4) Procedures for review
VI.4.1) Review body:
St Mary's CofE High School
Lieutenant Ellis Way, Cheshunt, EN7 5FB, 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: 25/09/2024
Annex A