Tender

Holy Family School Cleaning Tender

  • Holy Family Catholic School Cleaning Tender

F02: Contract notice

Notice identifier: 2023/S 000-004105

Procurement identifier (OCID): ocds-h6vhtk-03a48a

Published 10 February 2023, 7:41am



Section one: Contracting authority

one.1) Name and addresses

Holy Family Catholic School Cleaning Tender

1 Shernhall Street,

London

E17 3EA

Contact

Glenn Campbell

Email

glenn@cohesionconsulting.co.uk

Telephone

+44 7895837811

Country

United Kingdom

NUTS code

UKI53 - Redbridge and Waltham Forest

Internet address(es)

Main address

www.cohesionconsulting.co.uk

Buyer's address

https://in-tendhost.co.uk/cohesionconsulting/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/cohesionconsulting/aspx/Home

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Holy Family School Cleaning Tender

Reference number

CCL_016

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Holy Family Catholic Secondary School and Sixth form has 1,200 students between the ages of 14 and 19 on roll and over 100 teaching and support staff. Based over two sites on Shernhall Street in Walthamstow, the school is increasingly successful under the leadership of the Headteacher Mrs Carolyn Laws. The School is driving academic performance and ensuring students are fully prepared for the academic and commercial world. The Finance Manager, Ayesha Sabri, is developing the services to reflect her own high aspirations and those of the Headteacher and SLT; the school is tendering their cleaning services to deliver the very best service for every student at the college with modern technology, cleaning methodology and greatly enhanced productivity.This will be a first generation tender and the school is looking for a partner to drive positive change on site whilst working closely with the premises team; aligning with the school’s values.The contract start date is 26th of May 2023 an

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI53 - Redbridge and Waltham Forest
Main site or place of performance

Holy Family Catholic Secondary School and Sixth Form, 1 Shernhall Street, London E17 3EA and 34 Shernhall Street, London E17 9RT

two.2.4) Description of the procurement

Holy Family Catholic Secondary School and Sixth form has 1,200 students between the ages of 14 and 19 on roll and over 100 teaching and support staff. Based over two sites on Shernhall Street in Walthamstow, the school is increasingly successful under the leadership of the Headteacher Mrs Carolyn Laws. The School is driving academic performance and ensuring students are fully prepared for the academic and commercial world. The Finance Manager, Ayesha Sabri, is developing the services to reflect her own high aspirations and those of the Headteacher and SLT; the school is tendering their cleaning services to deliver the very best service for every student at the college with modern technology, cleaning methodology and greatly enhanced productivity.This will be a first generation tender and the school is looking for a partner to drive positive change on site whilst working closely with the premises team; aligning with the school’s values.The contract start date is 26th of May 2023 and the process will be an accelerated, restricted tender. This allows for the successful bidder to manage the services towards the summer recess and start the new academic year successfully. The contract will be for an initial three-year period. There is an option for both parties to extend the contract for a further two years subject to client satisfaction and agreement on budgets and service levels. This contract will reward maximising productivity through pro-active management and consistently high levels of service quality and tangible contract support. The school and CCL expect the successful Contractor to guarantee their financial proposal within reason and deliver excellent standards.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial three year term. There is an option to extend the contract for a further two years subject to mutual agreement, based on strong financial and qualitative performance by mutual agreement.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

The school have a challenging timescale for the project and recent changes in key personnel have delayed the onset of the procurement. The accelerated aspect of the process applies to the SQ stage, allowing a full ITT stage and suitable timescale for the staff transfer

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

Date

3 March 2023

Local time

1:00pm

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

70 Whitehall

London

SW1A 2AS

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Cohesion Consulting Ltd

16 Mount Pleasant

Royal Tunbridge Wells

TN1 1QU

Email

info@Cohesionconsulting.co.uk

Telephone

+44 7895837811

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk

six.4.4) Service from which information about the review procedure may be obtained

Cohesion Consulting Ltd

16 Mount Pleasant

Royal Tunbridge Wells

TN1 1QU

Email

info@Cohesionconsultingltd.co.uk

Telephone

+44 7895837811

Country

United Kingdom

Internet address

www.Cohesionconsulting.co.uk