Publication Date: 18/02/2025
Deadline Date: 09/04/2025
Reference: TKR-20250218-FTS-29474119
Value of Contact: £ 16,800,000
Estimated Annual Value: £ 5,600,000
Type of Procedure: Services Contract
Nature of Procurement: Invitation to tender (contract notice)
Description:
Reference number:RCT/CE/R007/25
There will be 4 suppliers appointed to the framework on a ranked basis.
CONTRACT PERIOD OF 3 YEARS FROM 7th OCTOBER 2025 (COMMENCEMENT DATE) WITH A FURTHER OPTION TO EXTEND FOR 2 + 1 YEARS
POTENTIAL END DATE:6th OCTOBER 2031
II.1.5) Estimated total value:
Value excluding VAT:16800000 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
90910000
II.2.3) Place of performance
Region code: UKL15
Main site or place of performance
Throughout Rhondda Cynon Taf CBC
II.2.4) Description of the procurement:
The Council requires a service provider to provide a cleaning service at a number of educational and other establishments across Rhondda Cynon Taf, and to potentially offer a cleaning service that would be available to all educational and other establishments as required.
There are currently requirements for 79 establishments throughout Rhondda Cynon Taf, but this may change over the course of the framework, there are no guaranteed volumes
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT:16800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2025-10-07 End: 2028-10-06
This contract is subject to renewal:yes
Description of renewals:
PERIOD OF 3 YEARS FROM 7th OCTOBER 2025 (COMMENCEMENT DATE) WITH A FURTHER OPTION TO EXTEND FOR 2 + 1 YEARS
POTENTIAL END DATE:6th OCTOBER 2031
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.1.2) 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.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:4
In the case of framework agreements,provide justification for any duration exceeding 4 years:
Due to significant TUPE implications and the cost of set up across a high number of establishments, a longer term Framework is seen as beneficial.
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: 2025-04-09 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
IV.2.5) Scheduled date for start of award procedures:
2025-04-09
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2025-04-09 Local time: 13:00 Place:Electronically
Section VI: Complementary information
This is a recurrent procurement:yes
Estimated timing for further notices to be published:February 2031 – If all the extensions are approved.
VI.2) Information about electronic workflows
VI.3) Additional information:
Link to the advert on ETenderwales. Copy and paste URL
https://etenderwales.bravosolution.co.uk/go/920744090194F4A34E7F
NOTE:The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147810
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Rhondda Cynon Tafs Social Value Measures will be used for this contract, largely based on the TOM’s Social Value model
(WA Ref:147810)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address:Royal Courts of Justice, The Strand
Town:London
Postal code:WC2A 2LL
Country:United Kingdom
Telephone:+44 2079477501
VI.5) Date of dispatch of this notice:2025-02-18
Awarding Authority:
Official name: Rhondda Cynon Taf CBC Postal Address: 2 Llys Cadwyn, Taff Street Town: Pontypridd Postal Code: CF37 4TH Country: United Kingdom Email: [email protected] Internet Address(es): Main address: http://www.rctcbc.gov.uk/ Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276