RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Mossbourne Federation - Cleaning Tender |
Notice type: | Contract Notice |
Authority: | RIVA Partnership Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The supplier is to provide excellent cleaning services for 4 secondary and 3 primary schools across the Mossbourne Federation |
Published: | 23/08/2024 11:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Mossbourne Federation
100 Downs Park Road, London, E58JY, United Kingdom
Tel. +44 7887915213, Email: rachel.ogrady@rivapartnership.co.uk
Contact: Rachel OGrady
Main Address: https://www.mossbourne.org/
NUTS Code: UKI41
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-School-cleaning-services./P78CY82YXY
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Mossbourne Federation - Cleaning Tender
Reference Number: Not provided
II.1.2) Main CPV Code:
90919300 - School cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The supplier is to provide excellent cleaning services for 4 secondary and 3 primary schools across the Mossbourne Federation
II.1.5) Estimated total value:
Value excluding VAT: 4,376,180
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:
UKI41 Hackney and Newham
II.2.4) Description of procurement: Mossbourne Federation provides the children of Hackney with a great education, from 4 – 18 years.
Our Academies:
1.Mossbourne Community Academy (secondary school)
2.Mossbourne Victoria Park Academy (secondary school opened in 2014)
3.Mossbourne Riverside Academy (primary school opened in 2015)
4.Mossbourne Parkside Academy (primary school opened in 2015)
5.Ortu Hassenbrook Academy (secondary school)
6.Ortu Gable Hall School (secondary school)
7.Ortu Corringham (primary school)
All 7 schools listed above are participating in this tender where the Ortu Federation schools will be merging with the Mossbourne Federation on 1st October 2024. Please note this is a growing Trust and any other schools that may join the Trust during the tenure of this new cleaning contract may, at the Trust’s discretion, be added to this contract.
The successful tenderer will be required to provide cleaning services to the Schools.
The contract term being tendered is for three years 1st April 2025 – 31st March 2028. There is an option for a further extension period for up to two additional years to 31st March 2030.
The contract offers an excellent opportunity to review and propose enhancements to the current cleaning services at all of the Schools within the Trust. This includes both core term time cleaning over the 190 days of the academic year, plus periodic deep cleaning throughout the year.
The Trust is keen to secure one provider to deliver cleaning services to all schools. The Trust requires continuity of excellence in both service delivery and management across all schools, with the bespoke requirements of each unique school taken into account and accommodated in the offer.
The Trust is keen to secure a high quality cleaning service at each school whereby students are able to enjoy excellence in education, supported by excellently kept facilities.
The Trust expects both a tightly managed service and high levels of productivity to be delivered by the cleaning staff at all schools, at all times. The Trust is also proud of it’s ‘family ethos’ and expects a management style delivered by the successful contractor that supports, encourages and develops the cleaning staff.
The Trust is not obliged to accept the lowest price submitted for this tender, rather the Trust is keen to secure ‘best value’ from this contract and to deliver a great learning environment to it’s students.
Innovative and creative ideas as to how the cleaning services can be developed and improved at each school will be welcomed. The Trust seeks a contractor that is keen to work in partnership and who will deliver to its highest abilities, at all times.
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: 4,376,180
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2025 / End: 31/03/2030
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: Only candidates that meet the minimum selection criteria will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
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: Not provided
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: 27/09/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/10/2024
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-School-cleaning-services./P78CY82YXY
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P78CY82YXY
VI.4) Procedures for review
VI.4.1) Review body:
Mossbourne Federation
100 Downs Park Road, London, E5 8JY, 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: 23/08/2024
Annex A