Tender

BC-10740 Hornchurch Academy Trust Washroom Services Framework

  • Hornchurch Academy Trust

F02: Contract notice

Notice identifier: 2022/S 000-024271

Procurement identifier (OCID): ocds-h6vhtk-03645b

Published 31 August 2022, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

Hornchurch Academy Trust

Whybridge Junior School Blacksmiths Lane,

Rainham

RM13 7AH

Contact

Irene Celis

Email

irene.celis@schoolsbuyingclub.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

National registration number

10760863

Internet address(es)

Main address

https://www.hornchurchacademy.org.uk/

Buyer's address

https://in-tendhost.co.uk/placegroup/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/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-10740 Hornchurch Academy Trust Washroom Services Framework

Reference number

BC-10740

two.1.2) Main CPV code

  • 98341130 - Janitorial services

two.1.3) Type of contract

Services

two.1.4) Short description

This requirement is for a new single supplier framework agreement for Washroom Services which is expected to be used primarily by education establishments in Havering. A Brokerage Users list (subject to change) will be made available at ITT stage. The user list will be able to draw upon the services agreed and stipulated. It is envisaged that other neighbouring Education Establishments outside of Havering may also use the framework.The Framework Agreement period will be for 3 years with the option for an additional 1 year extension.The framework agreement will comprise of the following essential services: Sanitary waste units – collection and disposalMedical waste units – collection and disposalClinical Waste and sharps units – collection and disposalAir Care ServicesHand Care ServicesVending Machines for emergency productsNappy disposal and associated productsRental of Roller Towels

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This requirement is for a new single supplier framework agreement for Washroom Services which is expected to be used primarily by education establishments in Havering. A Brokerage Users list (subject to change) will be made available at ITT stage. The user list will be able to draw upon the services agreed and stipulated. It is envisaged that other neighbouring Education Establishments outside of Havering may also use the framework.The Framework Agreement may be open for use by the following classifications of user throughout all administrative regions of England: Local Authority Councils, Educational Establishments (including Academies)Educational Establishments: Early Years Settings, Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.The framework agreement will comprise of the following essential services: Sanitary waste units – collection and disposalMedical waste units – collection and disposalClinical Waste and sharps units – collection and disposalAir Care ServicesHand Care ServicesVending Machines for emergency productsNappy disposal and associated productsRental of Roller TowelsThe number of participants to the framework agreement is to be one. Further details about the framework call-off process will be included as part of the Invitation to Tender (ITT) documents. The supplier that is appointed to the framework agreement, will be required to pay a rebate for each contract. The rebate will be 2.5% (excluding VAT) of the total value of the contract that is awarded

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: £3,000,000

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: 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.1.3) 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:

n/a

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 October 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