Hackney Schools Cleaning Service Framework
• London Borough of Hackney
• All maintained Hackney Primary Schools, Nursery Schools & Children’s Centres
Publication reference: 2021/S 000-002676
Publication date: 10 February 2021
F02: Contract notice
Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
London Borough of Hackney
1 Reading Lane
Hackney
E8 1GQ
Contact
Ms Lauren Wheatcroft
Email
Telephone
+44 2083563000
Country
United Kingdom
If you want help with winning this tender, then take a look at our Bid Writing page.
NUTS code
UK – UNITED KINGDOM
Internet address(es)
Main address
http://www.hackney.gov.uk
Buyer’s address
https://education.hackney.gov.uk/
one.1) Name and addressesI.1) Name and addresses
All maintained Hackney Primary Schools, Nursery Schools & Children’s Centres
London
Email
Country
United Kingdom
NUTS code
UK – UNITED KINGDOM
Internet address(es)
Main address
https://education.hackney.gov.uk/
one.2) Information about joint procurementI.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) CommunicationI.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
one.4) Type of the contracting authorityI.4) Type of the contracting authority
Regional or local authority
one.5) Main activityI.5) Main activity
General public services
Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Hackney Schools Cleaning Service Framework
Reference number
DN514998
two.1.2) Main CPV codeII.1.2) Main CPV code
• 90000000 – Sewage, refuse, cleaning and environmental services
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
The London Borough of Hackney, on behalf of all maintained Primary Schools, Nursery Schools and Children’s Centres within the borough, is conducting a restricted tendering process and inviting bids from sufficiently qualified contractors to procure cleaning services at multiple educational sites within Hackney. It is anticipated that a single supplier framework contract will commence from 1st July 2021 for an initial period of 2 years, with the option to extend for a further 2 years in annual increments.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s)
• 90900000 – Cleaning and sanitation services
• 90910000 – Cleaning services
• 90919300 – School cleaning services
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
UK – UNITED KINGDOM
two.2.4) Description of the procurementII.2.4) Description of the procurement
The successful Provider will be required to; Deliver cost efficient, quality driven cleaning services, which achieve an optimum standard of cleaning for all participating schools, as appropriate for their individual needs. Deliver a standard of services that helps to maximise customer satisfaction and provides a positive image of Hackney schools. Ensure best practice and innovation that fosters measurable, continuous service improvement in line with best value. Deliver a high standard cleaning service with the use of sustainable cleaning materials. Take a proactive attitude to relationship management and delivery of effective customer care services. Ensure a flexible and sympathetic response to any unplanned or reactive requirement, including changes resulting from the Covid-19 Pandemic.
two.2.5) Award criteriaII.2.5) Award criteria
Quality criterion – Name: Quality / Weighting: 60
Price – Weighting: 40
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, frame agreement or dynamic purchasing systemII.2.7) Duration of the contract, frame 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 invitedII.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Between 5 – 7 candidates will be shortlisted following completion of the Standard Selection Questionnaire (SQ). The SQ will include a combination of Pass/ Fail and scored questions which will be evaluated to result in the shortlist of candidates invited to participate in Stage 2 of the process.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: No
two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional informationII.2.14) Additional information
The draft tender documents will be published during Stage 1 of the procurement process. Full site details will be released to shortlisted candidates during Stage 2 of the process.
Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.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:
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative informationIV.2) Administrative information
four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure
Notice number: 2020/S 244-605901
four.2.2) Time limit for receipt of projects or requests to participateIV.2.2) Time limit for receipt of projects or requests to participate
Date
12 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 March 2021
four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom
Share this notice
• Twitter
• LinkedIn
• Email
Sections
• one. Contracting authorityI. Contracting authority
• two. ObjectII. Object
• four. ProcedureIV. Procedure
• six. Complementary informationVI. Complementary information
Download
• Signed PDF