Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Tender for the Provision of Cleaning Services

  • First published: 24 July 2021
  • Last modified: 24 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Academies Enterprise Trust
Authority ID:
AA25163
Publication date:
24 July 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

There are 18 AET academies covered within lot 1 of this contract covering the geographical areas of Middlesborough, Yorkshire, Humbersid and Staffordshire.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Anglesey Primary Academy

Beacon Primary Academy

The Rawlett School

Tamworth Enterprise College

Cottingley Primary Academy

Feversham Primary Academy

Meadstead Primary Academy

Shafton Primary Academy

St Helens Primary Academy

Firth Park Academy

Utterby Primary Academy

North Thoresby Primary Academy

Hall Road Primary Academy

Newington Primary Academy

The Green Way Primary Academy

Caldicotes Primary Academy

North Ormesby Primary Academy

Unity City Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of cleaning services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Academies Enterprise Trust

183 Eversholt Street, London

London

NW1 1UB

UK

Contact person: Clive Hammond

Telephone: +44 7900827152

E-mail: chammond@academiesenterprisetrust.org

NUTS: UKI

Internet address(es)

Main address: http://www.academiesenterprisetrust.org

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28989

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tender for the Provision of Cleaning Services

Reference number: T147/2020

II.1.2) Main CPV code

90919300

 

II.1.3) Type of contract

Services

II.1.4) Short description

This tender is for the provision of catering services for fifty four (54) academies. These are currently provided through a range of providers including own academy in -house provision, local authorities, other schools or outsourced third party suppliers.

The contract will be split into three lots and bidding suppliers may bid for any combination of lots including the option of a single supplier award for all three regions.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 30 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

II.2.2) Additional CPV code(s)

90919300

II.2.3) Place of performance

NUTS code:

UKC

UKE

UKF


Main site or place of performance:

Academies within the geographical regions of Middlesborough, Yorkshire, Humberside and Staffordshire

II.2.4) Description of the procurement

There are 18 AET academies covered within lot 1 of this contract covering the geographical areas of Middlesborough, Yorkshire, Humbersid and Staffordshire.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Anglesey Primary Academy

Beacon Primary Academy

The Rawlett School

Tamworth Enterprise College

Cottingley Primary Academy

Feversham Primary Academy

Meadstead Primary Academy

Shafton Primary Academy

St Helens Primary Academy

Firth Park Academy

Utterby Primary Academy

North Thoresby Primary Academy

Hall Road Primary Academy

Newington Primary Academy

The Green Way Primary Academy

Caldicotes Primary Academy

North Ormesby Primary Academy

Unity City Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of cleaning services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Quality criterion: Method Statement / Weighting: 20%

Quality criterion: Requirements / Weighting: 35%

Quality criterion: Quality / Weighting: 15%

Quality criterion: Presentation / Weighting: 30%

Price / Weighting:  70%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Academies in Essex, Kent and London

II.2.2) Additional CPV code(s)

90919300

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKI6

UKJ4


Main site or place of performance:

Academies in the geographical regions of Essex, Kent and London

II.2.4) Description of the procurement

There are 18 AET academies covered within lot 2 of this contract covering the geographical areas of Essex, Kent and London.

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Pioneer School

Maltings Academy

New Rickstones Academy

Plumberow Primary Academy

Westerings Primary Academy

Greensward Academy

Ashingdon Primary Academy

Hamford Primary Academy

Tendring Technology College

Hockley Primary Academy

Richmond Park Academy

Aylward Academy

Kingsley Academy

Trinity Primary

Noel Park Primary

Newlands Academy

St James The Great Primary Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Quality criterion: Method Statement / Weighting: 20%

Quality criterion: Requirements / Weighting: 35%

Quality criterion: Quality / Weighting: 15%

Quality criterion: Presentation / Weighting: 30%

Price / Weighting:  70%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

II.2.2) Additional CPV code(s)

90919300

II.2.3) Place of performance

NUTS code:

UKJ

UKJ2

UKJ3

UKK

UKG3


Main site or place of performance:

Academies based in the geographical regions of South and South West Engalnd

II.2.4) Description of the procurement

There are 19 AET academies covered within lot 3 of this contract covering the geographical areas of South and South West England

These academies area currently serviced by a combination of academy in-house staff, local authorities, other schools and outsourced third party suppliers.

This lot consists of the following academies :

Ryde Academy

Winton Community Academy

New Forest Academy

Hazelwood Primary

Barton Hill Primary Academy

Broadlands Academy

Brockworth Primary Academy

Offas Mead Primary Academy

Severn View Primary Academy

The Ridge Academy

Sir Herbert Leon Academy

Charles Warren Academy

Wishmore Cross Academy

Lea Forest Primary Academy

Four Dwellings Primary Academy

Montgomery Primary Academy

Percy Shurmer Primary Academy

Four Dwellings Academy

Greenwood Academy

The trust reserves the right to award all, part or non of the lot as is deemed appropriate during the process.

It is anticipated that the Trust will increase in its number of academies during the course of this contract, beyond the academies listed above. The provision of catering services to these schools when they have joined the Trust may at the Trust's discretion fall under the scope of this contract.

The successful Supplier will be expected to provide costings and operational proposals for the cleaning services within these additional academies using the same costing model that was applied to the successful bid to the Trust at the point of tender submission.

The duration of the contract for these academies will not be increased and they will join the contract for the remaining contract period that exists at the point of entry into this contract.

Cleaning will include all areas of the school including but not limited to classrooms, corridors, laboratories, gyms, drama studios, receptions, offices and halls. In some academies this will include the provision on day time janitor services.

The Trust is seeking to appoint a supplier who will provide a high quality cleaning service who will provide the service through the use of locally based skilled and trained staff and through the use of efficient cleaning materials and equipment. We are also looking to appoint a contractor(s) that will reduce the environmental impact associated with fulfilling this contract. The Trust will wish the successful supplier to review the current range of services offered and make recommendations accordingly.

The contract will be for an initial period of five years from 1 September 2020 to 31 August 2025 with the option to extend for up to a further 24 months. The contract will be subject to an annual review in April to determine ongoing value for money and supplier performance.

The contract will be based on fixed price for the academies year for the provision of term time and periodic cleaning as detailed in the specification. Additional one off optional cleaning eg. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Quality criterion: Method Statement / Weighting: 20%

Quality criterion: Requirements / Weighting: 35%

Quality criterion: Quality / Weighting: 15%

Quality criterion: Presentation / Weighting: 30%

Price / Weighting:  70%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 044-105530

Section V: Award of contract

Lot No: 1

Title: Academies in Middlesborough, Yorkshire, Humberside, and Staffordshire

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/07/2021

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 6

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

V.2.3) Name and address of the contractor

Churchill Contract Services Group Holdings Limited

Unit 1, 40 Coldharbour Lane

Harpenden

AL5 4UN

UK

Telephone: +44 1582760055

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 6 750 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Academies in Essex, Kent and London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/07/2021

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 7

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

Ridge Crest Cleaning Services

122 Great North Road, Hatfield

Hertfordshire

AL9 5JN

UK

Telephone: +44 1707256666

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 10 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Academies in Birmingham, Milton Keynes, Bristol, Gloucester, Hampshire, Devon, Isle of Wight and South and South West England

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/07/2021

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 5

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

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

V.2.3) Name and address of the contractor

cleantec services

Unit 2 Handforth court, Garston Lane

Watford

WD25 9EJ

UK

Telephone: +44 1827858081

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 8 750 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

It will be the suppliers responsibility to obtain all necessary documentation and information in order to submit a response by the closing date and time.

The contracting authority reserves the right to award each lot individually, or two or more lots to a single supplier. The contracting authority also reserves the right not to award any or part of the contract and to terminate the procurement process at any time and for any reason.

The contracting authority will not be liable for any costs incurred by any supplier expressing an interest in this tender.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant bid will be considered unless the bidder submits a confirming bid.

Suppliers are advised that whilst the Trust, as part of the tender will be seeking their professional recommendations on proposed investment in the catering facilities it is not seeking from the suppliers any bids that include investment funding.

The successful supplier(s) will be required in their year one prices to include costs in relation to the running of this tender. These costs are Lot 1 6578 GBP, Lot 2 7595 GBP and Lot 3 7097 GBP

(MT Ref:223437)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

NW1 1BU

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

23/07/2021

Coding

Commodity categories

ID Title Parent category
90919300 School cleaning services Office, school and office equipment cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
chammond@academiesenterprisetrust.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.