Section one: Contracting authority
one.1) Name and addresses
The Latymer School C/o SSC Partnership Limited
12 Nelson Street
Southend-On-Sea
SS1 1EF
Telephone
+44 1702338880
Country
United Kingdom
NUTS code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
https://in-tendhost.co.uk/sscpartnership
Buyer's address
https://in-tendhost.co.uk/sscpartnership
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sscpartnership
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/sscpartnership
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
Cleaning Service Contract - The Latymer School
Reference number
SSC LHS CLN 04_24
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
SSC Partnership on behalf of The Latymer School are currently out to tender for the provision of cleaning services.Suppliers that would like to take part in this tender process are invited to Express Interest upon which the will be given access to the full tender documentation delivery through this e-tendering system.When the tender documents have been made available involved suppliers will receive notification via email and the tender documents can be accessed from the My Tenders area of this website and selecting the View Details button of this project.Contractor Site visit will take place on Tuesday 12th December 2023.The deadline for submissions of the tender will be 29th December 2023.Please allow sufficient time to make your return as late returns will not be permitted.Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.
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
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Haselbury Road, London N9 9TN
two.2.4) Description of the procurement
The contract will be for the provision of outsourced cleaning services to the Client The Latymer School, including daily cleaning, and out of term deep cleaning, for spaces including but not limited to teaching, office, circulation, and communal spaces. It is anticipated that the contract will commence on 1st April 2024 for an initial term of 3 years.Arrangements will be made for Tenderers to visit The Latymer School and view the current facilities to obtain a better understanding of the layout and any other relevant information to help in putting together tender bids. The site visit is planned to take place on Tuesday 12th December 2023. Further details are available in the ITT documentation. The Client has historically provided and managed the cleaning service in-house. 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. Cleaning is also required during weekend periods for lettings. Shift patterns can change depending on the lettings on site, but access is available between 08:00 – 16:00, and no supervision is required during this time.The Client currently operates a split cleaning shift (morning and afternoon).The Client has advised that there is some flexibility with the start and finish times, but this would need to be agreed between parties prior to contract commencement.Further information of the services required are included Part 2 Specification.Tenders will be evaluated using a method known as MEAT (most economically advantageous tender). There will be mandatory and desirable requirements.Mandatory requirements are stipulations which must be present, or the tender will be eliminated from the evaluation.Desirable characteristics are elements of the tender which are to be scored by the Client. Full details of the evaluation and tender process are included within the tender documentation.
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
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The duration of the contract will initially be for a period of 36 Months (3 Years) followed by an optional extension of 24 Months (2 Years).
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
29 December 2023
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
Tender must be valid until: 29 June 2024
four.2.7) Conditions for opening of tenders
Date
29 December 2023
Local time
12:01pm
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
Public Procurement Review Service
London
Country
United Kingdom