Tender for Cleaning Services Derby
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 John Port School.
United Kingdom-Derby: School cleaning services
2016/S 142-256684
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Main Street, Etwall
Derby
DE65 6LU
United Kingdom
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKF1
Internet address(es):Main address: http://www.johnport.derbyshire.sch.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
John Port School — Tender for Cleaning Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
John Port School is an Academy for students aged from 11 to 19 years and was opened as a community comprehensive school in 1965 following the reorganisation of secondary education in Derbyshire. It is 1 of the largest comprehensive schools in the country which currently has over 2 000 students on roll, aged between 11 and 18 years. The school is situated in the small village of Etwall in south-west Derbyshire in the Midlands.
John Port School is non-selective and takes students from a very large area varying from urban suburbs west Derby to semi-rural villages in the west, north and south. Each year group from year 7 to 11 has 12 forms of around 29 students each.
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 John Port School.
II.1.6)Information about lots
II.2.3)Place of performance
John Port School, Etwall, Derbyshire, United Kingdom.
II.2.4)Description of the procurement:
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 from 1.1.2017 until 31.12.2019 and will be fixed price in nature, with the Contractor invoicing the Client for 1/12th 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.
There are ongoing plans for change within the School over the next 3 years, therefore total flexibility will be required from the successful contractor, with regard to the changes in the site layout due to building works and building openings / closures.
At present 21 cleaning operatives are employed to work between the hours of 5:45 and 9:00 and 15:15 and 18:30, Monday to Friday, which includes a Manager and Team Leaders. There is also a cleaner present in School during the day.
The cost of the cleaning contract between September 2015 and August 2016 was circa 230 000 GBP.
The School’s objectives:
— To increase the standards of cleanliness around all areas of the School;
— To receive a service that complies with the service standards;
— To receive consistently high-quality cleaning standards;
— To generate an improved learning environment for all students, in all areas of the School;
— To receive improved management support for the cleaning staff;
— To hold regular review meetings with the successful contractor;
— To achieve overall value for money.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/john_port_school
The closing date for receipt of the Pre-Qualification Questionnaire is 26.8.2016 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the Tenderer’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 OJEU 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.
VI.4.1)Review body
Etwall
United Kingdom
VI.4.2)Body responsible for mediation procedures
Etwall
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Etwall
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
FCO Cleaning Services and Security Services Contracts
Building Cleaning Service Southport
Tender for Cleaning Services in London
Cleaning Services Framework Greater Manchester