Section one: Contracting authority
one.1) Name and addresses
Dunraven Educational Trust
94/98 Leigham Court Road, Streatham
London
SW16 2QB
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
Dunraven School
94/98 Leigham Court Road, Streatham
London
SW16 2QB
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
The Elmgreen School
Elmcourt Road, Norwood
London
SE27 9BZ
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.the-elmgreen-school.org.uk/
one.1) Name and addresses
Goldfinch Primary
Cunliffe Street, Streatham
London
SW16 6DS
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.goldfinchprimary.org.uk/
one.1) Name and addresses
Van Gogh Primary
Hackford Road
London
SW16 6DS
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.goldfinchprimary.org.uk/
one.1) Name and addresses
Rosendale Primary
Rosendale Road, West Dulwich
London
SE21 8LR
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKI - London
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/SQ9VX6VX73
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
Dunraven Educational 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
The Dunraven Educational Trust (DET) was established in 2016 and over the years has successfully grown the number of its schools by transforming the experience and enhancing the offer from where they were.
two.1.5) Estimated total value
Value excluding VAT: £5,400,000
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
Basis of Contract
The School wishes to appoint a single supplier to deliver full cleaning services to each school. The contract will commence from 1st September 2025 on a fixed price basis and shall be for an initial period of 3 years plus an option of 2 further periods of 1 year.
The estimated turnover is £2.7 million(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 suitable expertise in managing large TUPE transfers and have a strong operational base in the local area with adequate contract support to ensure cleaning standards are consistently maintained across all schools
Ultimately, it is important that the Supplier can consistently demonstrate its ability to deliver against industry productivity ratios and deliver efficiencies to the Trust through the application of best practice and sustainable ‘best value’ to each school.
See SQ document for more information.
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: £5,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2025
End date
31 August 2031
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
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
11 October 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 November 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-London:-School-cleaning-services./SQ9VX6VX73
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SQ9VX6VX73
GO Reference: GO-2024830-PRO-27549004
six.4) Procedures for review
six.4.1) Review body
Dunraven Educational Trust
94/98 Leigham Court Road, Streatham
London
SW16 2QB
Country
United Kingdom