Publication Date: 13/08/2025
Deadline Date: 15/08/2025
Reference: TKR-20250813-FTS-31834197
Value of Contact: Check Contract
Estimated Annual Value: Check Contract
Type of Procedure: services contract
Nature of Procurement: Additional information (contract notice)
Description:
SBC0425 Soft Facilities Management Contract – Corporate Estate Provision of Cleaning and Physical Security Services
Reference number:CCD01574
II.1.3) Type of contract
Services
II.1.4) Short description
Stevenage Borough Council is seeking suitable Suppliers to tender for a Soft Facilities Management Contract for the provision of Cleaning and Physical Security Services for its Corporate Estate. It also includes the provision of ‘end-user’ consumables and ‘Hygiene’ bin Services.
This procurement is for the tendering of a contract which will include provision for a range of planned and reactive cleaning services for approximately ten corporately managed sites within the Borough. The exact nature and location of each property will be outlined in the Site-Specific details document (which is contained in the draft ITT pack issued for information with this PSQ). The properties range from offices, a bus interchange centre through to a museum. There are some additional properties which are included for the ‘hygiene’ bin service only.
Two of the main sites have a requirement for physical security services, Daneshill House on Monday – Friday normal working hours and for the indoor market at weekends only. There is a potential ad hoc service requirement on both service areas.
There is a mandatory minimum annual turnover requirement of £800,000 for this contract. Suppliers must have experience of delivering similar services in contracts of comparable size, scope, and complexity. Public sector experience is desirable but not essential.
The requirement is for is a single contract only without ‘lots’ for the purposes of streamlined management and resourcing for the Council. Sub-contracting is permitted however a single lead contractor is responsible for the delivery of the contract in its entirety. Due to the ratio of cleaning being the core service, the lead contractor is required to directly deliver the cleaning element.
Security Industry Authority accreditation is mandatory for the Supplier and their staff (or sub-contractor).
Suppliers wishing to take part in this project are invited to “express interest” which will give access to the full procurement documents in the e-tendering system.
You must complete and submit a Pre Selection Questionnaire (PSQ) by the deadline on the portal https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Any questions relating to this tender must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
Please allow sufficient time to make your return as late returns will not be permitted by the system.
II.1.5) Estimated Total Value
Value (including VAT)
2,400,000
Value (excluding VAT)
2,000,000
Currency
GBP
II.1.7) Total value of the procurement
Value (including VAT)
2,400,000
Value (excluding VAT)
2,000,000
Currency
AED
II.2) Description
II.2.1) Title
Contract/Lot No
LOT-0001
II.2.2) CPV codes
Main CPV codes
39830000
79710000
79713000
79993100
90900000
90910000
II.2.3) Place of performance
NUTS code
UKH23 – Hertfordshire
II.2.5) Award Criteria
Price
Name:Simple description
Weighting:Price weighting – 50%
Quality weighting – 40%
Social Value Weighting– 10%
II.2.6) Estimated Value
Value (excluding VAT)
2,000,000
Currency
AED
II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2029-03-31 23:59
Duration
3 years
Possible extension
2031-03-31 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
the option to extend up to a further 2 years (through two 12-month increments)
IV)Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
This procurement is being conducted under the Procurement Act 2023, using a Competitive Flexible Procedure.
The process is structured into three stages:
• Stage 1 & 2– Conditions of Participation (PSQ stage): This Procurement Specific Questionnaire (PSQ) is used to assess suppliers against the Council’s conditions of participation consisting of Pass/Fails and also scored project specific questions.
We anticipate a maximum of eight Suppliers to be invited to the tender stage; however, we reserve the right to invite more should the scoring be very close.
• Stage 3 – Invitation to Submit Tenders: The selected suppliers following the PSQ stage who meet the conditions of participation and are the highest ranked may be invited to submit a full tender. Tenders will be assessed against the published award criteria, which will include quality, price, and social value considerations.
Draft tender documents, including the specification and contract, are provided at this stage to support transparency and early market understanding. The Council reserves the right to amend or clarify elements of the procurement in accordance with the Procurement Act 2023.
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-09-01 23:59
Estimated award decision date
2025-12-10 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Deadline for requests to participate
2025-09-15 12:00
VI)Complementary information
Link to source/bidding documents
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
https://www.find-tender.service.gov.uk/Notice/048323-2025
Conflicts assessment prepared/revised
Yes
Risk details
Known Risk – Local Government Re-Organisation
The Council may be subject to reorganisation under legislation introduced in relation to Local Government Reorganisation. In those circumstances there may be instances where repetitious or duplicated agreements become difficult or burdensome to continue with. In those circumstances, the contract that tenderers enter into will be subject to a provision that will allow the Council to terminate or curtail the contract if it would be prudent to do so.
For more information see Devolution and Local Government Reorganisation – https://eu-west-1.protection.sophos.com/?d=stevenage.gov.uk&u=aHR0cHM6Ly93d3cuc3RldmVuYWdlLmdvdi51ay9hYm91dC10aGUtY291bmNpbC9kZXZvbHV0aW9uLWFuZC1sb2NhbC1nb3Zlcm5tZW50LXJlb3JnYW5pc2F0aW9u&p=m&i=Njc1YWRlZjc1NDE2OGQwYTc0ODNlMjRk&t=RzlLTVBrZGk5Mm9SWmN6QTB0ZDhXWjVCK293aDFKcUFxOHFzZXNONFJsWT0=&h=e1610d3031634f34af91e9ff0aeea9e7&s=AVNPUEhUT0NFTkNSWVBUSVbz12zF51qb-8BVQFZmXv1FF1Jq6YJF89IUaYUtpnWtCQ
VI.1) Information about recurrence
This is a recurrent procurement
Yes
VI.5) Date of dispatch of this notice
2025-08-13 11:09
VII)Changes/Modifications
VII.2) Other additional information
Procurement Description amended – “Security Industry Council” changed to “Security Industry Authority”
Awarding Authority:
Official name: Stevenage Borough Council Postal address: Daneshill House, Danestrete Town: Stevenage Region: UKH23 Postal code: SG1 1HN Country: United Kingdom Email: [email protected] Internet address https://www.stevenage.gov.uk/

