Contract

SSC EDAT Cleaning Service Contract 01_09

  • Edmonton Academy Trust C/o School Smart Consultants Limited

F03: Contract award notice

Notice identifier: 2022/S 000-027348

Procurement identifier (OCID): ocds-h6vhtk-037172

Published 29 September 2022, 2:58pm



Section one: Contracting authority

one.1) Name and addresses

Edmonton Academy Trust C/o School Smart Consultants Limited

First Floor 6 Nelson Street

Southend-on-sea

SS1 1EF

Email

info@schsmart.co.uk

Telephone

+44 1702965096

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.schsmart.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42914

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

SSC EDAT Cleaning Service Contract 01_09

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

Edmonton Academy Trust are seeking a suitably qualified and experienced Contractor to supply daily and periodic cleaning services to Edmonton County Primary, Secondary and Sixth Form Schools and new Salmons Brook School located in North London, United Kingdom. The Trust will sign a contract with the successful Contractor for a period of 36 months with the option to extend for up to a further 24 months. It is expected that the contract will commence 1st September 2022.

Tenders must be submitted in accordance with the ITT instructions.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £1,300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

Tenders must be submitted in accordance with the ITT instructions.

In completing the tender documentation, the Tenderer shall prepare and submit its tender giving adequate consideration to the entire tender package. The requirements for submission of tenders are that the Tenderer shall:

Complete and return:

- The Tender Certificate

- The Pricing Schedule

- Standard Selection Questionnaire (SSQ)

- Provide written responses- Tenderers must supply a written response to each section listed in Section 4 Compliance for Tender and Evaluation Methodology detailing how you will deliver the service

As Appendices provide the following:

- A schedule of the equipment to be used on site.

- Copy insurance documentation demonstrating at least GBP 10 million Employers Liability Cover and GBP 5 million Public Liability Cover.

- Full details of the precise stage of certification under ISO 9001 or equivalent Quality Assurance Policies.

- Copies of the Tenderers Health and Safety Policy and Equal Opportunities Statement.

The Tenderer shall be prepared to commence the service on 1st September 2022.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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: 2022/S 022-226330


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 September 2022

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 10

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

Number of tenders received from tenderers from non-EU Member States: 13

Number of tenders received by electronic means: 13

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

five.2.3) Name and address of the contractor

Julius Rutherfoord

12 Ingate Place, London

London

SW8 3NS

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

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

Total value of the contract/lot: £1,300,000


Section six. Complementary information

six.3) Additional information

(MT Ref:227491)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

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