Publication Date: 30/01/2025

Deadline Date: 28/02/2025

Reference: TKR-2025128-PRO-29242819

Value of Contact: £ 780,000

Estimated Annual Value: £ 130,000

Type of Procedure: Services Contract

Nature of Procurement: Contract Notice

Description:

The successful Supplier will be required to provide cleaning services for St Thomas More Catholic School & Sixth Form which is part of the Holy Spirit Catholic Multi Academy.
II.1.5) Estimated total value:

Value excluding VAT:
780,000

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:
UKG1 Herefordshire, Worcestershire and Warwickshire
II.2.4) Description of procurement:The successful Supplier will be required to provide cleaning services for St Thomas More Catholic School & Sixth Form which is part of the Holy Spirit Catholic Multi Academy.
The contract will commence on 1 August 2025 for a period of three years, with the potential for an extension of up to a further three years on a 1 + 1 + 1 basis.
This contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision.
Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the school. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.
The school requires that the tendered number of hours are always worked, and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
The basis and rationale that the Client requires is for the successful contractor to operate to always is being able to provide clean School that is fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, and should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all the school consistently.

It should be noted that the successful contractor will be expected to bring to the contract:
innovation; new equipment; and cleaning methods, with BIC’S 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 successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and within the successful contractor’s organisation, thus working to deliver the schools environmental polices
We are seeking a suitably experienced Supplier who has current experience of working within the secondary school or HE / FE marketplace, ideally with a strong operational base within Central England, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed during the contract term.
A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.
The scope of the contract covers all the cleaning provision within the school including all holiday and periodic cleans.
The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within North Leamington School on the contract performance.
The budgeted cost of cleaning for this contractual year is circa £130,000.00
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:
780,000

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

Start:
01/08/2025 / End: 31/07/2031

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:To respond to this opportunity please click here: https://litmustms.co.uk/respond/SXF9P4HXD4

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:
28/02/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:24/03/2025
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-Warwickshire:-School-cleaning-services./SXF9P4HXD4
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SXF9P4HXD4
VI.4) Procedures for review

VI.4.1) Review body:
St Thomas More Catholic Academy & Sixth Form College
Greenmoor Road, Nuneaton, Warwickshire, CV10 7EX, 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:28/01/2025
Annex A

Awarding Authority:

St Thomas More Catholic Academy & Sixth Form College Greenmoor Road, Nuneaton Warwickshire CV10 7EX UK +44 1276673880 [email protected] https://www.st-thomas-more.net/