Publication Date: 04/12/2024

Deadline Date: 10/01/2025

Reference: TKR-2024122-PRO-28729885

Value of Contact: £ 1,939,114

Estimated Annual Value: £ 387,823

Type of Procedure: Services Contract

Nature of Procurement: Contract Notice

Description:

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/2QQ4FSF68P

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: Brockenhurst College ~ 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: Brockenhurst College is a prominent Further Education institution located near the centre of the New Forest in Hampshire.
II.1.5) Estimated total value:

Value excluding VAT:
1,939,113.6

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:
UKJ3 Hampshire and Isle of Wight
II.2.4) Description of procurement: Brockenhurst College is a prominent Further Education institution located near the centre of the New Forest in Hampshire. It provides a diverse range of educational opportunities for learners, including A Level, vocational, and apprenticeship programs. The college also offers Skills and Training courses for adults, adult leisure and learning opportunities, and two Higher Education programs.
The college serves over 3,000 students aged 16-19 and employs approximately 500 staff members. While the main campus is situated near the picturesque New Forest, Brockenhurst College also has two additional off-site campuses: *The Ultima Academy* in New Milton and *The Marchwood Construction & Marine Technologies Training Centre* in Marchwood. These campuses expand the college’s reach and cater to specific educational needs in their respective fields.
The tender
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 College. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at the College.
The basis and rationale for the client’s requirements is that the successful contractor must ensure the cleaning services at the college is fit for purpose at all times. Additionally, the contractor must be proactive in managing the contract, ensuring that all specifications are met and that the cleaning frequency, as outlined in the tender specification, is adhered to.
The contract being tendered is from 1st August 2025 to 31st July 2028 with an option to extend for up to a further two 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.

Contract value:
The annual contract value is circa £387,822.72
The value of the new contract is circa £1,163,468.10 (Current annual contract cost, multiplied by 3-year term of the contract)

Other notes:

•Please be advised that this contract will be let on a 3 year + 1+ 1 year’s basis.
•Please be advised that there are no current cleaning staff in the LGPS
•Please be advised that the cleaning service is currently contracted to TSS (Total Support Services)
•Please be advised that the School has a minimum requirement for a contractor’s employers’ liability/ public liability and professional indemnity insurance of £10m
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m
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:
1,939,113.6

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

Start:
01/08/2025 / End: 31/07/2030

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:
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

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:
10/01/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:10/02/2025
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Brockenhurst:-School-cleaning-services./2QQ4FSF68P
To respond to this opportunity, please click here: https://litmustms.co.uk/respond/2QQ4FSF68P
VI.4) Procedures for review
VI.4.1) Review body:
Brockenhurst College
Lyndhurst Road, Brockenhurst, SO42 7ZE, 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:02/12/2024
Annex A

Awarding Authority:

Brockenhurst College Lyndhurst Road Brockenhurst SO42 7ZE UK +44 1276673880 [email protected]

https://www.brock.ac.uk/