Tender for Cleaning Services – Stoke-on-Trent
The tender project is seeking to appoint a supplier whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for the college.
United Kingdom-Stoke-on-Trent: Building-cleaning services
2019/S 104-252789
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Leek Road
Stoke-on-Trent
ST4 2RU
United Kingdom
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKG23
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
City of Stoke-on-Trent Sixth Form College — Tender for Cleaning Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
As the first purpose-built sixth form college in the country, having relocated to a new purpose built, modern facility in 2010, Stoke Sixth Form college have been delivering post-16 education to students for almost 50 years. The College have helped over 30 000 young people reach their potential by progressing onto universities, great jobs and varied apprenticeships. With a wealth of experience, college staff are experts in the field of providing high quality education for all.
The college also converted to The potteries educational Trust on 1.9.2017, which is a vibrant learning community working hard in the areas that they serve to maintain and develop excellent and innovative teaching and learning. The Trust will deliver high quality parental engagement, pastoral support and the pooling of resources and expertise to achieve an outstanding learning experience and outcomes for all of our children and young people.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
City of Stoke-on-Trent Sixth Form College
Staffordshire
UNITED KINGDOM.
II.2.4)Description of the procurement:
The tender project is seeking to appoint a supplier whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities for the college. 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 3 years in duration from 1.9.2019 until 31.7.2022, with the option to extend the contract term for a further term of up to 2 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.
It should be noted that the successful supplier 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.
The value of the current cleaning contract for cleaning only is circa 90 000,00 GBP + VAT.
At present around 10 or 11 cleaning operatives (a mix of 5 x permanent and Unitemps staff) are employed to work between the hours of 11:00 a.m. – 3:00 p.m. (2 x operatives) and 4:00 p.m. – 7:00 p.m. (all), Monday to Friday. The contract supervisor undertakes cleaning and non-cleaning duties, totalling 35 hours per week, which is included in the total of 190,75 hours per week.
Full or partial area cleaning is required for 51 weeks.
The client’s objectives:
— to build upon the standards of cleanliness within the college,
— 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, within the college,
— to receive pro-active management support for the cleaning staff,
— to hold regular review meetings with the successful contractor.
Whilst the client prioritises value for money as a key objective of the competitive tender process, the Governing body is not obliged to accept the lowest price.
II.2.5)Award criteria
II.2.6)Estimated value
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
Termination of the current arrangements.
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 selection 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 selection questionnaire and associated documents can be obtained at: https://litmuspartnership.co.uk/sq/cityofstoke/
The closing date for receipt of the selection questionnaire is 14.6.2019 (12:00). Suppliers are required to ensure that documents are obtained and returned to The Litmus Partnership Ltd, 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 selection questionnaire) shall be returned to The Litmus Partnership Ltd, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
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.
VI.4.1)Review body
Stoke-on-Trent
United Kingdom
VI.5)Date of dispatch of this notice: