Tender

Croydon Umbrella Primary Cleaning Tender

  • Good Shepherd Catholic Primary & Nursery School

F02: Contract notice

Notice identifier: 2023/S 000-028946

Procurement identifier (OCID): ocds-h6vhtk-04070e

Published 2 October 2023, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

Good Shepherd Catholic Primary & Nursery School

Dunley Drive, New Addington

Croydon

CR0 0RG

Contact

Elaine Peters

Email

epeters@goodshepherd.croydon.sch.uk

Telephone

+44 1689841771

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

www.rmandcconsultants.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA9341

one.3) Communication

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

www.mytenders.co.uk

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

Croydon Umbrella Primary Cleaning Tender

Reference number

RM&C/2023/CU Clng/413

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

There are 4 primary schools in this tender. You will be bidding for individual schools but you are required to apply for all four schools in your response. Contract start date for all schools is 1st April 2024.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon
Main site or place of performance

New Addington, Croydon, CR0 0RG

Woodend, London, SE19 3NU

Thornton Heath, Croydon, CR7 8JH

London, SE25 5BH

two.2.4) Description of the procurement

Good Shepherd RC Primary & Nursery School

Total Pupil Numbers 223 (104 male / 119 female)

Total Staff Numbers 35 (4 male / 31 female)

Estimated M² 2,181 m2

Other Information: There is one staff member employed by the school and the staff member is in the LGPS

Site plans to be provided at ITT stage

Current contractor: Zing

The Federation of St Joseph’s Catholic Junior, Infant & Nursery School

Total Pupil Numbers 359 (174 male / 185 female)

Total Staff Numbers 60 (3 male / 57 female)

Estimated M² 1,802 m2

Site plans to be provided at ITT stage

Current contractor: Zing

St James the Great RC Primary & Nursery School

Total Pupil Numbers 437 (224 male / 213 female)

Total Staff Numbers 67 (60 male / 7 female)

Estimated M² 2,323 m2

Site plans to be provided at ITT stage

Current contractor: Westgate

St Thomas Becket Catholic Primary School

Total Pupil Numbers 410 (205 male / 205 female)

Total Staff Numbers 40 (3 male / 35 female)

Estimated M² 2,430 m2

Site plans to be provided at ITT stage

Current contractor: Westgate

two.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Renewal possible after three years subject to satisfactory performance.

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

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

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 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

9 November 2023

Local time

1:00pm

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

24 November 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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230407.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230407)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

RM&C Consultants Ltd

Suthernwood View, Woodcote Road

South Stoke, Reading

RG8 0JJ

Email

david.allen@rmandcconsultants.co.uk

Telephone

+44 7786312805

Country

United Kingdom

Internet address

www.rmandcconsultants.co.uk