Section one: Contracting authority
one.1) Name and addresses
Latymer All Saints CE Primary School C/o 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 LPS CP 04_23
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Latymer All Saints Primary School is a community mixed primary school located in Enfield, and benefits from close links to the A10, A406, M25 and M11.
Consistently maintaining a clean sustainable working environment for children and staff is paramount. The current cleaning service is in-house and managed by the Client.
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 communal spaces.
The Company must provide effective management and operational level communication regarding the cleaning service with the Client. In addition, the provider will also be responsible for all legal, and health and safety requirements in delivering the services.
The school is open from 7.00 – 18.00, Monday – Friday. The school is cleaned from 15.15 – 17.45 daily.
All school buildings are on one level.
The Client will sign a contract with the successful Company 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 April 2023.
Tenders must be submitted in accordance with the following instructions stipulated within the tender documentation.
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
two.2.4) Description of the procurement
Tender submissions should clearly demonstrate:
A thorough understanding of the Scope of Work
Ability to deliver the services required and have a flexible approach
Technical expertise and relevant experience
Best value for money
Suitability for the undertaking of the work.
Procedures and practices which will be utilised to ensure quality and compliance with the specification
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
Option to extend following the initial contract period of 36 months by a further 24 months. Maximum term including extensions is 60 months.
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
A schedule of the equipment to be used on site.
Copy insurance documentation demonstrating at least 10 million Employers Liability Cover and 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.
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
12 January 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
12 January 2023
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=228202.
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:228202)
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