Tender

Clapham Manor Primary School and Sudbourne Primary School ~ Cleaning Tender

  • Clapham Manor Primary School and Nursery
  • Sudbourne Primary School

F02: Contract notice

Notice identifier: 2023/S 000-015395

Procurement identifier (OCID): ocds-h6vhtk-03d099

Published 31 May 2023, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

Clapham Manor Primary School and Nursery

Belmont Rd

London

SW4 0BZ

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://claphammanor.lambeth.sch.uk/

one.1) Name and addresses

Sudbourne Primary School

21 Mandrell Road, Brixton Hill

London

SW2 5EP

Contact

Tenders

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.sudbourne.com/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://litmustms.co.uk/respond/3SU425M8ZK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clapham Manor Primary School and Sudbourne Primary School ~ Cleaning Tender

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

In September 2022 the two schools, which are 1.5 miles apart, joined together to form a partnership which is overseen by Mr James Broad as Executive Headteacher.

In the spirit of partnership and to ensure ‘best value’ is secured for both schools the tender will be awarded to a single supplier.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Clapham Manor Primary School and Nursery - 415 pupils of mixed gender aged between 3-11.

Sudbourne Primary School - 315 pupils of mixed gender aged between 3-11.

Basis of Contract

The schools wish to participate in a tender process with the intention of appointing a single Supplier to deliver full cleaning services. The contract is estimated to commence from the start of January 2024 and will be operated on an annual fixed price basis be for an initial period of 3 years with an option to extend by a further 2 periods of 1 year.

Sudbourne Primary School currently supports the London Living Wage; the contract in place at Clapham Manor is paid at the National Living Wage. The estimated turnover is £450,000 (over initial 3-year term).

Objectives

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have a strong operational base with adequate local support and operational flexibility to ensure cleaning standards are consistently maintained. Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the provision of sustained quality and ‘best value’.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £750,000

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

Start date

1 January 2024

End date

31 December 2029

This contract is subject to renewal

No

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

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.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 information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/3SU425M8ZK


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

30 June 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 July 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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. It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

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 will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-London:-School-cleaning-services./3SU425M8ZK" target="_blank">https://litmustms.co.uk/tenders/UK-UK-London:-School-cleaning-services./3SU425M8ZK

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/3SU425M8ZK" target="_blank">https://litmustms.co.uk/respond/3SU425M8ZK

GO Reference: GO-2023531-PRO-23090772

six.4) Procedures for review

six.4.1) Review body

Clapham Manor Primary School and Nursery

Belmont Road

London

SW4 0BZ

Country

United Kingdom