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 Notice

Tender for the Provision of Cleaning Services

  • First published: 03 March 2020
  • Last modified: 03 March 2020

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:
03 March 2020
Deadline date:
14 April 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

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 5 years from 1.10.2020 to 31.8.2025 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 e.g. window cleaning may be required from time to time and will be subject to quotation at the required time.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Academies Enterprise Trust

183 Eversholt Street

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


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 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 3 lots and bidding suppliers may bid for any combination of lots including the option of a single supplier award for all 3 regions.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: Middlesbrough, Yorkshire, Humberside and Staffordshire;

Lot 2: Essex, Kent and London;

Lot 3: Birmingham, Milton Keynes, Bristol, Gloucester, Devon, Hampshire, Isle of Wight.

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 5 years from 1.10.2020 to 31.8.2025 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 e.g. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2020

End: 31/08/2025

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

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 5 years from 1.9.2020 to 31.8.2025 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 e.g. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 11 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2020

End: 31/08/2023

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

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 England.

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 5 years from 1.9.2020 to 31.8.2025 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 e.g. window cleaning may be required from time to time and will be subject to quotation at the required time.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/09/2020

End: 31/08/2024

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 24 months to 31.8.2027 at the discretion of the trust.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The successful suppliers(s) will be required to provide cleaning services to all academies listed within the lot. The trust will not accept any bids that are based on any variation to this.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/04/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 14/04/2020

Local time: 12:00

Place:

London.

Information about authorised persons and opening procedure:

The tender will be opened by the Head of Procurement for AET.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Further notices will be published in 2024 or if the option to extend the contract is taken in either 2025 or 2026.

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 2 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 1 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.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=219024

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:219024)

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

27/02/2020

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.