Opportunity

River Learning Trust ~ Cleaning Services Tender

  • The River Learning Trust

F02: Contract notice

Notice reference: 2021/S 000-029461

Published 26 November 2021, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

The River Learning Trust

c/o Gosford Hill School, Oxford Road, Kidlington

Oxfordshire

OX5 2NT

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKJ14 - Oxfordshire

National registration number

07966500

Internet address(es)

Main address

https://riverlearningtrust.org/

one.3) Communication

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

https://litmustms.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://litmustms.co.uk/

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

River Learning Trust ~ Cleaning Services Tender

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide cleaning services for The River Learning Trust.

Please note that this opportunity is split geographically into the following 3 LOTS. Bidders can bid for all LOTS.

Please note: You will be required to submit a separate SQ response on LTMS for each LOT that you wish to tender for :

LOT 1 ~ Swindon

To respond, please click here: https://litmustms.co.uk/respond/Y4KXGV4Q4R

LOT 2 ~ Oxford – West

To respond, please click here: https://litmustms.co.uk/respond/CX2424D3CQ

LOT 3 ~ Oxford – City

To respond, please click here: https://litmustms.co.uk/respond/4UG26EJ6HH

two.1.5) Estimated total value

Value excluding VAT: £3,537,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

LOT 1 ~ Swindon

Lot No

1

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon
Main site or place of performance

Swindon

two.2.4) Description of the procurement

LOT 1 ~ Swindon

1.Seven Fields Primary School

2.Kingsdown School

To respond, please click here: https://litmustms.co.uk/respond/Y4KXGV4Q4R

Please see SQ Document for further details.

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: £561,000

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

Start date

1 June 2022

End date

31 May 2025

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/Y4KXGV4Q4R

two.2) Description

two.2.1) Title

LOT 2 ~ Oxford – West

Lot No

2

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

LOT 2 ~ Oxford - West

3.Charlbury Primary School

4.Chipping Norton School

5.Edith Morehouse Primary School

6.Gosford Hill School

7.Madley Brook Primary School

8.Marlborough Church of England School

9.Middle Barton Primary School

10.Tower Hill Primary School

11.Windrush Church of England Primary School

12.Witney Community Primary School

To respond, please click here: https://litmustms.co.uk/respond/CX2424D3CQ

Please see SQ Document for further details.

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: £1,023,000

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

Start date

1 June 2022

End date

31 May 2025

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, please click here: https://litmustms.co.uk/respond/CX2424D3CQ

two.2) Description

two.2.1) Title

LOT 3 ~ Oxford - City

Lot No

3

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

LOT 3 ~ Oxford - City

13.Barton Park Primary School

14.Bayards Hill Primary School

15.Beckley Church of England Primary School

16.Cheney School

17.The Cherwell School

18.Cutteslowe Primary School

19.Garsington CoE Primary School

20.Horspath CoE Primary School

21.Larkrise Primary School

22.New Marston Primary School

23.Rose Hill Primary School

24.Sandhills Community Primary School

25.The Swan School

26.The Oxford Academy

27.Wheatley Park School

28.Wolvercote Primary School

To respond, please click here: https://litmustms.co.uk/respond/4UG26EJ6HH

Please see SQ Document for further details.

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: £1,953,000

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

Start date

1 June 2022

End date

31 May 2025

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, please click here: https://litmustms.co.uk/respond/4UG26EJ6HH


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

4 January 2022

Local time

12:00pm

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

31 January 2022

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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=644913491

GO Reference: GO-20211126-PRO-19301216

six.4) Procedures for review

six.4.1) Review body

The River Learning Trust

Oxfordshire

Country

United Kingdom