II.2.3) Place of performance
NUTS code:
UKH12
Main site or place of performance:
Cambridgeshire CC
II.2.4) Description of the procurement
Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, west Suffolk and North Essex, formed in 2016. The Trust currently comprises 6 secondary schools and 9 primary schools, with all schools requiring a 1st January 2024 cleaning contract start. The Trust expects to grow during the period of this contract, including the opening of a new primary school in Waterbeach, currently scheduled for September 2024.
Our members share the firm belief that successful learning communities are underpinned by ambitious vision, trust and strong inspirational leadership at all levels of the organisation; that excellence is not simply defined by Ofsted grades and league table positions; and that education can play a transformational role in the lives of children and the success and wellbeing of our wider society.
Through membership of Anglian Learning, these goals are achieved by working with like-minded schools, leaders, teachers and all staff who are prepared to share responsibility, through support and challenge, to ensure that all our academies can offer an excellent education to all pupils, whatever their background and starting point
Please find the list of current schools within the Trust below:
Secondary Schools:
•Bassingbourn Village College
•Bottisham Village College
•Sawston Village College
•Joyce Frankland Academy Newport
•Linton Village College
•The Netherhall School and Oakes Sixth Form College
Primary Schools:
•Bottisham Community Primary School
•Fen Ditton Primary School
•Stapleford Community Primary School
•Linton Heights Junior School
•The Pines Primary School
•Howard Primary Academy
•Meadow Primary School
•Icknield Primary School
•Marleigh Primary School
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 each school in the Trust. The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at all schools.
The basis and rationale that the Client requires the successful contractor to operate to at all times, is being able to provide schools that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans and standards achieved are as detailed within the Tender Specification.
The contract being tendered is from 1st January 2024 to 31st December 2026 with an option to extend for up to a further 2 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.
The annual value of the new contract is circa £6.2million.
See SQ document for further 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:
6 230 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2024
End:
31/12/2029
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
II.2.14) Additional information
To respond to this opportunity please click here: https://litmustms.co.uk/respond/2Q34XA294K