Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Weston College Group
Knightstone Road
Weston-super-Mare
BS23 2AL
UK
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276-673880
E-mail: pqq@litmuspartnership.co.uk
NUTS: UKK23
Internet address(es)
Main address: http://www.weston.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.litmuspartnership.co.uk/project/weston_college_group
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Weston College Group — Tender for Cleaning and Security Services.
II.1.2) Main CPV code
90919300
II.1.3) Type of contract
Services
II.1.4) Short description
The successful tenderer will be required to provide cleaning and security services to the whole of the Weston College Group. The Weston College Group is a recently established Multi Academy Trust (MAT) which includes currently the following properties where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.
The various campuses within Weston College comprise of:
— Knightstone Road Campus;
— University Campus;
— South West Skills Campus;
— Law and Professional Services Academy;
— Weston Bay Hotel;
— Engineering;
— Hans Price is the Conference and Events Centre;
— Winter Gardens.
Academies also within the Weston College Group currently include:
— North Somerset Enterprise Technology College;
— St Katherine's School;
— Bristol Futures Academy.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79710000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
Weston College North Somerset Enterprise Technology College, St Katherine's School, Bristol Futures Academy, united Kingdom.
II.2.4) Description of the procurement
The contract being tendered is for three years in duration from 1.8.2017 until 31.7.2020, with the option to extend for a further term and will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis. However, please note that the contract at St Katherine's School will commence on 1.1.2017 and be for 3 years and 7 months until 31.7.2020.
The provision of security services is limited to a small number of campuses within the Weston College Group and will include a manned presence at various times of the day as detailed within the tender specification. It is believed there will be few campuses within the Weston College Group that require a security service moving into this contract period and the provision for these services will be included within the main specification for cleaning services.
Tender submissions will only be considered for the supply of both services and this will not be split into the component parts of cleaning and security. The successful contractor must hold all the relevant statutory requirements at the point of tender submission to enable them to operate a security provision within the Weston College Group.
The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide an environment that is fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved on all sites and that the frequency of service delivered is as detailed within the tender specification.
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services within the facilities for the Group. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for students, staff and visitors.
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 Multi Academy Trust is expected to grow in the number of schools becoming part of the trust during this contract period, and the provision of cleaning services within these schools when they have joined the MAT may fall under the scope of this contract. The successful contractor will be expected to provide this service within these schools using the same costing model, ratios etc., that they applied to their successful tender submission for the Weston College Group at the point of tender submission. The duration of contract for these schools will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into the MAT.
The current annual value of the contract is approximately 400 000 GBP plus VAT. However, depending on the number of schools that join the Weston College Group Multi Academy Trust, it is anticipated that this annual value might increase over the contract term to 1 200 000 GBP plus VAT. Please note that there is no guarantee that additional schools will be added to this contract during this contract term.
Please note: Further properties may be added to the contract during the tender process and during the life of the contract as detailed above and the service provision within St Katherine's School will commence on 1.1.2017 with the other properties as listed commencing the contract on 1.8.2017.
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:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2017
End:
31/07/2020
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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:
01/07/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/07/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Interest in the pre-qualification 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 pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/weston_college_group
The closing date for receipt of the Pre-Qualification Questionnaire is 1.7.2016 (12:00). Tenderers 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 Pre-Qualification 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 Tenderer'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 OJEU 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) Procedures for review
VI.4.1) Review body
Weston College Group
Weston-super-Mare
UK
VI.4.2) Body responsible for mediation procedures
Weston College Group
Weston-super-Mare
UK
VI.4.4) Service from which information about the review procedure may be obtained
Weston College Group
Weston-super-Mare
UK
VI.5) Date of dispatch of this notice
27/05/2016