Contract

Tender for the Provision of Cleaning Services

  • Academies Enterprise Trust

F03: Contract award notice

Notice identifier: 2021/S 000-017545

Procurement identifier (OCID): ocds-h6vhtk-02cbf7

Published 23 July 2021, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Academies Enterprise Trust

183 Eversholt Street, London

London

NW1 1UB

Contact

Clive Hammond

Email

chammond@academiesenterprisetrust.org

Telephone

+44 7900827152

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.academiesenterprisetrust.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989

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

Tender for the Provision of Cleaning Services

Reference number

T147/2020

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is for the provision of catering services for fifty four (54) academies. These are currently provided through a range of providers including own academy in -house provision, local authorities, other schools or outsourced third party suppliers.

The contract will be split into three lots and bidding suppliers may bid for any combination of lots including the option of a single supplier award for all three regions.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £30,000,000

two.2) Description

two.2.1) Title

Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
Main site or place of performance

Academies within the geographical regions of Middlesborough, Yorkshire, Humberside and Staffordshire

two.2.4) Description of the procurement

There are 18 AET academies covered within lot 1 of this contract covering the geographical areas of Middlesborough, Yorkshire, Humbersid and Staffordshire.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Anglesey Primary Academy

Beacon Primary Academy

The Rawlett School

Tamworth Enterprise College

Cottingley Primary Academy

Feversham Primary Academy

Meadstead Primary Academy

Shafton Primary Academy

St Helens Primary Academy

Firth Park Academy

Utterby Primary Academy

North Thoresby Primary Academy

Hall Road Primary Academy

Newington Primary Academy

The Green Way Primary Academy

Caldicotes Primary Academy

North Ormesby Primary Academy

Unity City Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of cleaning services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 20%

Quality criterion - Name: Requirements / Weighting: 35%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Presentation / Weighting: 30%

Price - Weighting: 70%

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) Description

two.2.1) Title

Academies in Essex, Kent and London

Lot No

2

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England
  • UKI - London
  • UKI6 - Outer London – South
  • UKJ4 - Kent
Main site or place of performance

Academies in the geographical regions of Essex, Kent and London

two.2.4) Description of the procurement

There are 18 AET academies covered within lot 2 of this contract covering the geographical areas of Essex, Kent and London.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Pioneer School

Maltings Academy

New Rickstones Academy

Plumberow Primary Academy

Westerings Primary Academy

Greensward Academy

Ashingdon Primary Academy

Hamford Primary Academy

Tendring Technology College

Hockley Primary Academy

Richmond Park Academy

Aylward Academy

Kingsley Academy

Trinity Primary

Noel Park Primary

Newlands Academy

St James The Great Primary Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 20%

Quality criterion - Name: Requirements / Weighting: 35%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Presentation / Weighting: 30%

Price - Weighting: 70%

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) Description

two.2.1) Title

Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

Lot No

3

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKK - South West (England)
  • UKG3 - West Midlands
Main site or place of performance

Academies based in the geographical regions of South and South West Engalnd

two.2.4) Description of the procurement

There are 19 AET academies covered within lot 3 of this contract covering the geographical areas of South and South West England

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Ryde Academy

Winton Community Academy

New Forest Academy

Hazelwood Primary

Barton Hill Primary Academy

Broadlands Academy

Brockworth Primary Academy

Offas Mead Primary Academy

Severn View Primary Academy

The Ridge Academy

Sir Herbert Leon Academy

Charles Warren Academy

Wishmore Cross Academy

Lea Forest Primary Academy

Four Dwellings Primary Academy

Montgomery Primary Academy

Percy Shurmer Primary Academy

Four Dwellings Academy

Greenwood Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

two.2.5) Award criteria

Quality criterion - Name: Method Statement / Weighting: 20%

Quality criterion - Name: Requirements / Weighting: 35%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Presentation / Weighting: 30%

Price - Weighting: 70%

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

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 044-105530


Section five. Award of contract

Lot No

1

Title

Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 July 2021

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Churchill Contract Services Group Holdings Limited

Unit 1, 40 Coldharbour Lane

Harpenden

AL5 4UN

Telephone

+44 1582760055

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £6,750,000


Section five. Award of contract

Lot No

2

Title

Academies in Essex, Kent and London

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 7

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ridge Crest Cleaning Services

122 Great North Road, Hatfield

Hertfordshire

AL9 5JN

Telephone

+44 1707256666

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £10,000,000


Section five. Award of contract

Lot No

3

Title

Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 July 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 5

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

cleantec services

Unit 2 Handforth court, Garston Lane

Watford

WD25 9EJ

Telephone

+44 1827858081

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £8,750,000


Section six. Complementary information

six.3) Additional information

It will be the suppliers responsibility to obtain all necessary documentation and information in order to submit a response by the closing date and time.

The contracting authority reserves the right to award each lot individually, or two or more lots to a single supplier. The contracting authority also reserves the right not to award any or part of the contract and to terminate the procurement process at any time and for any reason.

The contracting authority will not be liable for any costs incurred by any supplier expressing an interest in this tender.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant bid will be considered unless the bidder submits a confirming bid.

Suppliers are advised that whilst the Trust, as part of the tender will be seeking their professional recommendations on proposed investment in the catering facilities it is not seeking from the suppliers any bids that include investment funding.

The successful supplier(s) will be required in their year one prices to include costs in relation to the running of this tender. These costs are Lot 1 6578 GBP, Lot 2 7595 GBP and Lot 3 7097 GBP

(MT Ref:223437)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

NW1 1BU

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