UK-London: School cleaning services.

UK-London: School cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Moss Hall Schools Federation
Nether Street, Finchley, London, N3 1NR, United Kingdom
Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
Main Address: https://www.mosshall.school/
NUTS Code: UKI

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Moss Hall Schools Federation ~ Cleaning Services Tender
Reference number: Not Provided

II.1.2) Main CPV code:
90919300 - School cleaning services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The successful Supplier will be required to provide cleaning services for Moss Hall Schools Federation at the following locations:

Moss Hall Infant School, Moss Hall Grove, Finchley, London, N12 8PE
Moss Hall Junior School, Nether Street, Finchley, London, N3 1NR

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 450,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKI - LONDON

Main site or place of performance:
LONDON


II.2.4) Description of the procurement: The successful Supplier will be required to provide cleaning services for Moss Hall Schools Federation at the following locations:
Moss Hall Infant School, Moss Hall Grove, Finchley, London, N12 8PE
Moss Hall Junior School, Nether Street, Finchley, London, N3 1NR

Contract value = £90,000.00 per annum

The contract being tendered is for three years in duration commencing 4 April 2022 with the possibility of two one year extensions.
THE SITE VISIT and walkaround will be on FRIDAY 17th DECEMBER 2021, during the morning, final timings will be circulated to those companies taken forward from the SQ process. Please make a note of this date in the appropriate diaries to ensure compliance and attendance. The 17th is the last day of term and there will be no further opportunity to view the site prior to the submission date in mid-January 2022.

The process will be managed by the accelerated process due to fact that the current contract is ending on 3 April 2022.

The contract is fixed price with the Supplier invoicing the Client for one-twelfth of the annual cost on a monthly basis. Any variations to the contract that are requested by the Client should be invoiced at the agreed rate and should be calculated on an hourly rate per employee needed to carry out the variation to the satisfaction of the contract supervising officer.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the Client. The Client requires that the tendered amount of hours are worked at all times and the successful Supplier will be expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires the successful Supplier to operate to at all times is being able to provide clean premises that are fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all specifications are achieved and that the frequency of cleans is as detailed within the tender specification.

See SQ Document for further details.

II.2.5) Award criteria:
Not Provided

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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Restricted Accelerated
Justification for the choice of accelerated procedure: The process will be managed by the accelerated process due to fact that the current contract is ending on 3 April 2022.

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No

IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the 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 OJEU: 2021/S 000-027364



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 027364
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 14/01/2022

V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Lewis and Graves Partnership Limited, 08953594
Lewis & Graves House, 59 Brunel Road, Manor Trading Estate, Benfleet, SS7 4PS, United Kingdom
NUTS Code: UKH3
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 450,000
Total value of the contract/lot: 417,865
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=683442450

VI.4) Procedures for review

VI.4.1) Review body
Moss Hall Schools Federation
London, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 12/04/2022