91ÃÛÌÒÊÓÆµ

Construction Tenders

05 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e708
Common Procurement VocabularyBuilding-cleaning services
Procurement MethodRestricted procedure
Value-
« Previous Page

North West

Category Services

Type

No. of Lots 1

Status Active

Published 21st Feb 2025

Tender Details
Referenceocds-h6vhtk-04e708
Common Procurement VocabularyBuilding-cleaning services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Emmaus Catholic Academy Trust

Jackson House, Sibson Road

Sale

M33 7RR

Email

e.thorley [at] thecpc.ac.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

Buyer's address

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from another address:

Emmaus Catholic Academy Trust

Jackson House, Sibson Road

Sale

M33 7RR

Email

e.thorley [at] thecpc.ac.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

Buyer's address

Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned 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

Emmaus Catholic Academy Trust - Building Cleaning Services

Reference number

CA15371 - Restricted FTS

II.1.2) Main CPV code

  • 90911200 - Building-cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

Emmaus Catholic Academy Trust requires one supplier to fulfil their Building Cleaning Services requirement.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
Main site or place of performance

Salford

II.2.4) Description of the procurement

Emmaus Catholic Academy Trust requires one supplier to fulfil their Building Cleaning Services requirement.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Expected Competition

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

60 month(s) from the commencement date, with 36 initial month(s) and option to extend 2x12 month(s)

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.1.1) 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 and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the homepage. A Selection Questionnaire (SQ)must be completed and returned (via ) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, 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.

III.1.2) Economic and financial standing

List and brief description of selection criteria

In the first instance, candidates should register with and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the homepage. A Selection Questionnaire (SQ)must be completed and returned (via ) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, 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

Current Assets must be equal to or more than Current Liabilities.

Minimum Insurance Levels: £5m PL & EL

III.1.3) Technical and professional ability

List and brief description of selection criteria

In the first instance, candidates should register with and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the homepage. A Selection Questionnaire (SQ)must be completed and returned (via ) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, 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

As stated in the tender documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the tender documents.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2025

Local time

10:00am

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Section II.3) – dates refer to the initial contract period and do not include the options of any extensions.

Section IV.3.5) – any dates shown are an estimate.

In the first instance, candidates should register with and express an interest in the contract, full details of the contract will be available.

The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.

The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

VI.4) Procedures for review

VI.4.1) Review body

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle [at] tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Tenet Education Services Ltd

Procurement House Unit 23, Leslie Hough Way, Leslie Hough Way

Salford

M6 6AJ

Email

jonathan.whittle [at] tenetservices.com

Telephone

+44 7834518948

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).