Section one: Contracting authority
one.1) Name and addresses
SSC Partnership Limited
Hamilton House,12 Nelson Street
Southend-on-sea
SS1 1EF
Telephone
+44 1702338880
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 HLPS CP 22
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Honilands Primary School are seeking a suitably qualified and experienced Contractor to supply daily and periodic cleaning services to the school and associated buildings located in North London, United
Kingdom. The school 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 early 2023.
Tenders must be submitted in accordance with the ITT instructions.
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
- UKI54 - Enfield
Main site or place of performance
Honilands Primary School
Lovell Road
Enfield
EN1 4RE
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 10 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 early 2023.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
24 months extension subject to agreement by parties.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 December 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227883.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:227883)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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