Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 29th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455c9
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£550,000
More Tenders »

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 29th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455c9
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£550,000

Section I: Contracting authority

I.1) Name and addresses

Loreto College St Albans

Hatfield Road, St Albans

Hertfordshire

AL1 3RQ

Email

tenders [at] litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.loreto.herts.sch.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/RTD5232EEP

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Loreto College St Albans ~ Cleaning Tender

II.1.2) Main CPV code

  • 90919300 - School cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

Loreto College is a Secondary School in St Albans with circa 947 students, who are tendering their cleaning services for contract commencement 1st September 2024.

II.1.5) Estimated total value

Value excluding VAT: £550,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

Hertfordshire

II.2.4) Description of the procurement

The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for the school. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff.

The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide a School that is fit for purpose and that the Contractor 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 1st September 2024 to 31st August 2027 with the option to extend for up to a further 2 years at the discretion of the client. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis.

It should be noted that the successful contractor will be expected to bring to 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. Proactive management and communications are expected at all times.

Please see SQ Document for more information.

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: £550,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2029

This contract is subject to renewal

No

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:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. 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

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

Contract start date

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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 May 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 May 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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 contracting authority 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 a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Hertfordshire:-School-cleaning-services./RTD5232EEP

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/RTD5232EEP

GO Reference: GO-2024429-PRO-25892110

VI.4) Procedures for review

VI.4.1) Review body

Loreto College St Albans

Hatfield Road, St Albans

Hertfordshire

AL1 3RQ

Country

United Kingdom