The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Ashfield School
II.2.2) Additional CPV code(s)
90919300
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Ashfield School, Kirkby-in-Ashfield, Nottingham, 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 each of the Academies. 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 three years in duration from 3.4.2018 until 2.4.2021, 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 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.
The value of the current cleaning contract is circa 647 000 GBP + VAT per annum.
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:
1 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2018
End:
02/04/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Heritage High School
II.2.2) Additional CPV code(s)
90919300
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Heritage High School, Chesterfield, Derbyshire, 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 each of the Academies. 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 three years in duration from 3.4.2018 until 2.4.2021, 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 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.
The value of the current cleaning contract is circa 647 000 GBP + VAT per annum.
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:
350 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2018
End:
02/04/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Selston High School
II.2.2) Additional CPV code(s)
90919300
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Selston High School, Selston, Nottinghamshire, 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 each of the Academies. 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 three years in duration from 3.4.2018 until 2.4.2021, 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 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.
The value of the current cleaning contract is circa 647 000 GBP + VAT per annum.
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:
210 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2018
End:
02/04/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Swanwick Hall Academy
II.2.2) Additional CPV code(s)
90919300
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Swanwick Hall Academy, Alfreton, Derbyshire, 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 each of the Academies. 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 three years in duration from 3.4.2018 until 2.4.2021, 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 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.
The value of the current cleaning contract is circa 647 000 GBP + VAT per annum.
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:
550 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2018
End:
02/04/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
The Manor Academy
II.2.2) Additional CPV code(s)
90919300
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
The Manor Academy, Mansfield, Nottinghamshire, 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 each of the Academies. 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 three years in duration from 3.4.2018 until 2.4.2021, 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 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.
The value of the current cleaning contract is circa 647 000 GBP + VAT per annum.
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:
525 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2018
End:
02/04/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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: http://www.litmuspartnership.co.uk/project/the_two_counties_trust
The closing date for receipt of the Selection Questionnaire is 25.8.2017 (12:00). Suppliers 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 Selection 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 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.