3C Consultancy Services Ltd: Woking High School Academy Trust

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Woking High School Academy Trust
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Woking High School are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE. Additionally to the current services the school will be reviewing extra cleaning hours for a daytime janitor post, a morning cleaning service to two areas of the school and some increase to periodic requirements to areas of the school, this is above the current service being delivered and currently not completed on this existing budget.
Published: 29/04/2024 13:56
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Woking: Building-cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Woking High School Academy Trust
             Willowdale Morton Road,, Woking, GU21 4TJ, United Kingdom
             Tel. +44 7900784030, Email: nigel@na-consultancy.co.uk
             Contact: Nigel Armstrong
             Main Address: https://www.wokinghigh.surrey.sch.uk/, Address of the buyer profile: https://www.wokinghigh.surrey.sch.uk/
             NUTS Code: UKJ2
      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-Woking:-Building-cleaning-services./V5W94JPK2N
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/V5W94JPK2N 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: https://www.delta-esourcing.com/tenders/UK-title/V5W94JPK2N
      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: Woking High School Academy Trust       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90911200 - Building-cleaning services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Woking High School are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE. Additionally to the current services the school will be reviewing extra cleaning hours for a daytime janitor post, a morning cleaning service to two areas of the school and some increase to periodic requirements to areas of the school, this is above the current service being delivered and currently not completed on this existing budget.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90911200 - Building-cleaning services.
      
      II.2.3) Place of performance:
      UKJ2 Surrey, East and West Sussex
      
      II.2.4) Description of procurement: Woking High School are requesting tenders from recognised service provider to manage their cleaning services to the indicated contract. Providers must be able to demonstrate their capability to deliver the services via the documentation to be submitted, this service requirement will include the daily, weekly, monthly service requirements as well as managing TUPE. Additionally to the current services the school will be reviewing extra cleaning hours for a daytime janitor post, a morning cleaning service to two areas of the school and some increase to periodic requirements to areas of the school, this is above the current service being delivered and currently not completed on this existing budget.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Contract Management and Staffing Resources / Weighting: 35
            Quality criterion - Name: Contractor/Client Reporting / Weighting: 10
            Quality criterion - Name: Service Expectations and Delivery / Weighting: 20
                        
            Cost criterion - Name: Three Year Contract Value / Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 21/12/2024 / End: 31/03/2028       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract is for 3 years with scope for extensions for a further period or periods of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the initial contract period
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: The criteria and selection of candidates for the ITT stage is detailed within the scoring section of the Selection Questionnaire documentation.
      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:          
      In the first instance, candidates should register with www.delta-esourcing.com (https://www.delta-esourcing.com) and express an interest in the contract. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non-payments relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Candidates will need to provide as part of the selection questionnaire process details of turnover, profit and capital and reserves for previous 3 years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process    
      Minimum level(s) of standards possibly required (if applicable) :       
      A statement of a minimum turnover level is detailed within the standard questionnaire documentation, this is to be supplied with current contract supplied reference data and existing education based contract information.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Candidates will need to provide as part of the process evidence of current business, quality standards, accreditation and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Financial risk grid status will be evaluated on a pass/fail basis, this is to be completed in all cases and returned, please see the explanation within the document for further information.
Levels of insurance cover will be evaluated on a pass/fail basis. The suppliers must hold as a minimum or be willing to obtain the following levels of insurance cover:
— public liability insurance GBP 5 000 000.00,
— employers liability insurance GBP 5 000 000.00.
      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       
      Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.          
      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: Yes    

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: No       
   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: 07/06/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/06/2024       
      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:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Estimated timing for further notices to be published: Yes — 30 months from contract start date, depending on whether extension periods are taken up
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Woking:-Building-cleaning-services./V5W94JPK2N

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V5W94JPK2N
   VI.4) Procedures for review
   VI.4.1) Review body:
             Woking high School
       Willowdale Morton Road,, Woking, GU21 4TJ, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
       Internet address: https://www.wokinghigh.surrey.sch.uk/
   VI.4.2) Body responsible for mediation procedures:
             Woking high School
          Willowdale Morton Road,, Woking, GU21 4TJ, United Kingdom
          Tel. +44 7900784030, Email: info@na-consutlancy.co.uk
          Internet address: https://www.wokinghigh.surrey.sch.uk/
   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: 29/04/2024

Annex A


View any Notice Addenda

View Award Notice