Opportunity

Hackney Schools Cleaning Service Framework

  • London Borough of Hackney
  • All maintained Hackney Primary Schools, Nursery Schools & Children's Centres

F02: Contract notice

Notice reference: 2021/S 000-002676

Published 10 February 2021, 7:26am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

1 Reading Lane

Hackney

E8 1GQ

Contact

Ms Lauren Wheatcroft

Email

procurement.education@hackney.gov.uk

Telephone

+44 2083563000

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

https://education.hackney.gov.uk/

one.1) Name and addresses

All maintained Hackney Primary Schools, Nursery Schools & Children's Centres

London

Email

procurement.education@hackney.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://education.hackney.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.londontenders.org/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.londontenders.org/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hackney Schools Cleaning Service Framework

Reference number

DN514998

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hackney, on behalf of all maintained Primary Schools, Nursery Schools and Children’s Centres within the borough, is conducting a restricted tendering process and inviting bids from sufficiently qualified contractors to procure cleaning services at multiple educational sites within Hackney. It is anticipated that a single supplier framework contract will commence from 1st July 2021 for an initial period of 2 years, with the option to extend for a further 2 years in annual increments.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90900000 - Cleaning and sanitation services
  • 90910000 - Cleaning services
  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The successful Provider will be required to; Deliver cost efficient, quality driven cleaning services, which achieve an optimum standard of cleaning for all participating schools, as appropriate for their individual needs. Deliver a standard of services that helps to maximise customer satisfaction and provides a positive image of Hackney schools. Ensure best practice and innovation that fosters measurable, continuous service improvement in line with best value. Deliver a high standard cleaning service with the use of sustainable cleaning materials. Take a proactive attitude to relationship management and delivery of effective customer care services. Ensure a flexible and sympathetic response to any unplanned or reactive requirement, including changes resulting from the Covid-19 Pandemic.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.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:

Between 5 - 7 candidates will be shortlisted following completion of the Standard Selection Questionnaire (SQ). The SQ will include a combination of Pass/ Fail and scored questions which will be evaluated to result in the shortlist of candidates invited to participate in Stage 2 of the process.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The draft tender documents will be published during Stage 1 of the procurement process. Full site details will be released to shortlisted candidates during Stage 2 of the process.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 244-605901

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

Date

12 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 March 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom