- 1. Weydon Multi Academy Trust
- 2. Weydon School
- 3. Farnham Heath End School
- 4. Woolmer Hill School
- 5. The Park School
- 6. Rodborough School
- 7. Abbey School
- 8. Ridgeway School
- 9. Crondall Primary School
- 10. Frogmore Community College
- 11. Beacon Hill School
- 12. Brooklands School
- 13. Clifton Hill School
- 14. Eggars School
Section one: Contracting authority
one.1) Name and addresses
Weydon Multi Academy Trust
Weydon Lane, Farnham
Surrey
GU9 8UG
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.1) Name and addresses
Weydon School
Weydon Lane, Farnham
Surrey
GU9 8UG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.weydonschool.surrey.sch.uk/
one.1) Name and addresses
Farnham Heath End School
Hale Reeds, Farnham
Surrey
GU9 9BN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
one.1) Name and addresses
Woolmer Hill School
Woolmer Hill Road, Haslemere
Surrey
GU27 1QB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
http://www.woolmerhill.surrey.sch.uk/
one.1) Name and addresses
The Park School
Onslow Crescent, Woking
Surrey
GU22 7AT
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://thepark.surrey.sch.uk/
one.1) Name and addresses
Rodborough School
Petworth Road, Milford, Godalming
Surrey
GU8 5BZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.rodborough.surrey.sch.uk/
one.1) Name and addresses
Abbey School
Menin Way, Farnham
Surrey
GU9 8DY
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.abbey.surrey.sch.uk/
one.1) Name and addresses
Ridgeway School
14 Frensham Road, Farnham
Surrey
GU9 8HB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.ridgeway.surrey.sch.uk/
one.1) Name and addresses
Crondall Primary School
Croft Lane, Crondall, Farnham
Surrey
GU10 5QG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.crondallschool.co.uk/
one.1) Name and addresses
Frogmore Community College
55 Potley Hill Road
Yateley
GU46 6AG
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
https://www.frogmorecollege.co.uk/
one.1) Name and addresses
Beacon Hill School
Beacon Hill Community Primary School, Beacon Hill Road, Hindhead
Surrey
GU26 6NR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.beacon-hill.surrey.sch.uk/
one.1) Name and addresses
Brooklands School
27 Wray Park Road
Reigate
RH2 0DF
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.brooklands.surrey.sch.uk/
one.1) Name and addresses
Clifton Hill School
Chaldon Road, Caterham
Surrey
CR3 5PN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://clifton-hill.surrey.sch.uk/
one.1) Name and addresses
Eggars School
London Road, Holybourne, Alton
Hampshire
GU34 4EQ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
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/ZVUXH7M45W
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
Weydon Multi Academy Trust ~ Cleaning Tender
two.1.2) Main CPV code
- 90919300 - School cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
WMAT is a multi-academy trust currently comprising 13 schools in the Surrey area. The Trust was formed in 2017 and currently includes 4 secondary schools, 3 special needs schools and 1 primary school. The Trust is growing, with five new schools due to join the Trust prior to the start of the new cleaning contract.
two.1.5) Estimated total value
Value excluding VAT: £1,015,575
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Surrey, East and West Sussex
two.2.4) Description of the procurement
WMAT is a multi-academy trust currently comprising 13 schools in the Surrey area. The Trust was formed in 2017 and currently includes 4 secondary schools, 3 special needs schools and 1 primary school. The Trust is growing, with five new schools due to join the Trust prior to the start of the new cleaning contract. It is our intention that as existing contracts come to an end, schools will join the Trust contract with an aligned contract end date. Our ambition over the next five years is to grow to approximately 20 schools in total, based on three equal phases clusters:
•Secondary
•Special Needs
•Primary
During 2025 we anticipate the addition of 1 additional school – likely to be a primary school.
A key element of WMAT’s vision for our schools, is the provision of exceptional learning environments. Creating inspiring classrooms in which to learn, teach and spaces for students / children and staff to work and relax sits as one of our core values. We describe this as our drive to create and maintain ‘exceptional learning environments’. Our cleaning partner will be a key driver in the maintenance of exceptional environments; both from an aesthetic and environmental sustainability perspective. We are looking to build a relationship which further enhances our school environments, utilising technology and resource efficiencies to create financial efficiencies and sparkly clean schools.
Importantly, we value developing ‘partnerships’ with specialist providers across a range of specialities. Working together we will develop KPIs to sit alongside regular qualitative feedback from our Business / Operations / Premises leads; ‘Stronger Together’. Our cleaning partner will mirror our passion to be innovative and to initiate different ways of doing things – we are open to suggestions from the successful contractor to review our current services / ways of working and make recommendations for improvement. ‘Restlessness in the pursuit of better’. The successful contractor will also develop excellent relationships formally and informally with key colleagues including Business / Operations Leads, Estates Managers and Headteachers / Principals.
The contract offered includes all cleaning services whilst schools are in session, and periodic / deep cleans. The contract is being tendered on a 3-year basis and will operate as a Guaranteed Performance Contract, with the successful contractor offering the Trust a guaranteed return / cost per annum for the provision of cleaning services. The main contract start date will be 1.4.25, with additional schools joining as their contracts ends.
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: £1,015,575
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
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/ZVUXH7M45W
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
20 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 October 2024
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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-Surrey:-School-cleaning-services./ZVUXH7M45W
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/ZVUXH7M45W
GO Reference: GO-2024812-PRO-27372104
six.4) Procedures for review
six.4.1) Review body
Weydon Multi Academy Trust
Weydon School, Weydon Lane, Farnham
Surrey
GU9 8UG
Country
United Kingdom