Tender

BC-10734 Lambeth Primary Cluster Cleaning

  • Julian's School
  • Henry Cavendish Primary School

F02: Contract notice

Notice identifier: 2022/S 000-010975

Procurement identifier (OCID): ocds-h6vhtk-03317c

Published 28 April 2022, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

Julian's School

16 Wolfington Road

West Norwood

SE27 0JF

Contact

Chris Draper

Email

chris.draper@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI45 - Lambeth

Internet address(es)

Main address

https://www.juliansprimary.org.uk/

Buyer's address

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

one.1) Name and addresses

Henry Cavendish Primary School

Hydethorpe Road

London

SW12 0JA

Contact

Chris Draper

Email

chris.draper@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI45 - Lambeth

Internet address(es)

Main address

https://www.henrycavendish.co.uk/

Buyer's address

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

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

BC-10734 Lambeth Primary Cluster Cleaning

Reference number

BC-10734

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The Lambeth cluster consists of 3 primary schools in Lambeth, South London: Julian's Primary School, Henry Cavendish Primary and Corpus Christi Catholic Primary School. The Contract period will be for 3 years initially with the option to extend for two further one year periods.The contract will be for the provision of outsourced cleaning services to the Client, including daily cleaning and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and rest room spaces. The services are to be provided at the following addresses:Julian's Primary School, 226 Leigham Court Road, Streatham, SW16 2RB and 16 Wolfington Road, West Norwood, SE27 0JFHenry Cavendish Primary, Hydetyhorpe Road, Balham, SW12 0JA and Dingley Lane, Streatham, London SW16 1AUCorpus Christi Catholic Primary School, Trent Road, London, SW2 5BL

two.1.5) Estimated total value

Value excluding VAT: £1,850,000

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
  • UKI45 - Lambeth

two.2.4) Description of the procurement

The Lambeth cluster consists of 3 primary schools in Lambeth, South London: Julian's Primary School, Henry Cavendish Primary and Corpus Christi Catholic Primary School. The Contract period will be for 3 years initially with the option to extend for two further one year periods.The contract will be for the provision of outsourced cleaning services to the Client, including daily cleaning and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and rest room spaces. The services are to be provided at the following addresses:Julian's Primary School, 226 Leigham Court Road, Streatham, SW16 2RB and 16 Wolfington Road, West Norwood, SE27 0JFHenry Cavendish Primary, Hydetyhorpe Road, Balham, SW12 0JA and Dingley Lane, Streatham, London SW16 1AUCorpus Christi Catholic Primary School, Trent Road, London, SW2 5BL

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: £1,850,000

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

Duration in months

60

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: 8

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the tendering documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

30 May 2022

Local time

12:00pm

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

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom