Scope
Reference
DN790955
Description
Framework for Hackney schools, nurseries and children centres for cleaning services.
The London Borough of Hackney is seeking Request to Participate from sufficiently qualified contractors for the provision of cleaning services at multiple educational sites within Hackney.
The framework will be single supplier framework and is anticipated to commence from 1st August 2026 for an initial period of 2 years, with the option to extend for a further 2 years in annual increments. The value of the framework is up to £6,000,000 (excluding VAT) including the extension periods.
Commercial tool
Establishes a framework
Total value (estimated)
- £6,000,000 excluding VAT
- £7,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2026 to 31 July 2028
- Possible extension to 31 July 2030
- 4 years
Description of possible extension:
The framework can be extended for a further 2 years, in 12 month increments
Main procurement category
Services
CPV classifications
- 90919300 - School cleaning services
Contract locations
- UKI41 - Hackney and Newham
Framework
Maximum number of suppliers
1
Maximum percentage fee charged to suppliers
2%
Further information about fees
The Service Provider will be required to pay a Framework Levy of 1.5% to the Council. The Framework Levy will be based on the value of each call-off contract placed by a school utilising the framework and will be invoiced to the supplier annually towards the end of each year
Justification for framework term over 4 years
Not applicable. The framework will run for a maximum of 4 years.
Framework operation description
A single supplier framework will be created for the provision of cleaning services for Hackney schools and Children Centres. Educational establishments can choose to award a call off contract to the framework supplier via a direct award process. Schools / Children 23 schools intend to call off from the framework and it is anticipated further Hackney schools will join the framework once it is established.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
The Council will review the Bidder's financial standing using Dun & Bradstreet (D&B) checks and the last two years of audited accounts (or equivalent statutory financial statements).
If the D&B check identifies a moderate or high financial risk, the Council will request additional financial information to further assess viability. This may include recent management accounts, a 12-month cash flow forecast, evidence of financing facilities, confirmation of any Parent Company Guarantee, and explanation of any recent losses and recovery plans. The Council will rely on your submitted accounts, including indicators such as liquidity ratios to assess your organisation's overall financial resilience..
Where, after review of this information, the Council considers that there remains a material risk in relation to a Bidder's financial capacity to perform the contract the Bidder will be deemed not financially viable for the contract and excluded from the procurement process.
In addition tenders must have an annual turnover of at least £10 million per annum as a condition of participation.
The awarded provider will be required to have the following insurance:
Public Liability Insurance - 10 million per claim
Employers Insurance - 5 million per claim.
See tender documents for more information.
Technical ability conditions of participation
See Procurement Specific Questionnaire for more information
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
23 January 2026, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
28 January 2026, 10:00am
Submission address and any special instructions
All Expression of Interest must be made via the London Tender Portal
https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
5 to 7 suppliers
Selection criteria:
Tenderers will be required to demonstrate sufficient technical experience and capacity to deliver the contract.
Tenderers will be required to have admitted body status (ABS) successful applications with LGPS pension schemes or the proven ability to achieve it by contract start.
See tender documents for more information.
Award decision date (estimated)
5 May 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Includes 10% Social Value & Sustainability |
Quality | 65.00% |
| Price | Tenderer prices |
Price | 35.00% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Tender will include a shortlisting stage (request to participate). 5 - 7 suppliers will be invited to submit a tender. See tender documents for more information.
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Documents
Documents to be provided after the tender notice
London Tender Portal - Tender reference DN790955
https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058a-e511-80f7-000c29c9ba21&v=1
Contracting authority
London Borough of Hackney
- Public Procurement Organisation Number: PRZC-5592-DDDV
Hackney Service Centre
Hackney
E8 1DY
United Kingdom
Contact name: Ashaki Bailey
Telephone: 0208 356 3000
Email: ashaki.bailey@hackney.gov.uk
Website: http://www.hackney.gov.uk
Region: UKI41 - Hackney and Newham
Organisation type: Public authority - sub-central government