Section one: Contracting authority
one.1) Name and addresses
Tennyson Learning Community Multi Academy Trust
Tennyson Road Primary School North, Surrey Street
Luton
LU1 3BZ
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKH21 - Luton
Internet address(es)
Main address
https://www.tennysonroad.school/index.asp
one.1) Name and addresses
Tennyson Road Primary School South
Tennyson Road
Luton
LU1 3RS
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKH21 - Luton
Internet address(es)
Main address
https://www.tennysonroad.school/index.asp
one.1) Name and addresses
Lime Tree Primary Academy
Parkside Drive, Houghton Regis
Bedfordshire
LU5 5QN
tenders@litmuspartnership.co.uk
Country
United Kingdom
Region code
UKH2 - Bedfordshire and Hertfordshire
Internet address(es)
Main address
https://www.limetree.academy/index.asp
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/5Y75Z86EFH
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
Tennyson Learning Community 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
The successful Supplier will be required to provide Cleaning services for Tennyson Learning Community Multi Academy Trust at the following Sites:
Tennyson Road Primary School South
Tennyson Road, Luton, LU1 3RS
Tennyson Road Primary School North
Surrey Street, Luton, LU1 3BZ
Lime Tree Primary Academy
Parkside Drive, Houghton Regis, Bedfordshire, LU5 5QN
two.1.5) Estimated total value
Value excluding VAT: £796,620
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Luton
two.2.4) Description of the procurement
About
Tennyson Road Primary School South and Tennyson Road Primary School North
This is one school but is comprised of two separate sites located within a short distance from each other. The school provides learning for children form Reception to year 6, combined the two schools have approximately 745 pupils.
Tennyson Road Primary School South has approximately 267 pupils between the ages of 4 – 11 (Reception to year 6).
Tennyson Road Primary School North has approximately 478 pupils between the ages of 4 – 11 (Reception to year 6).
Further details can be found on the school’s website:
Tennyson Road Primary School - Welcome
Lime Tree Primary Academy
Lime Tree is a school that provides education for children aged 4-11 (Reception to Year 6) and includes a nursery school provision. The school has approximately 294 pupils.
Further details can be found on the school’s website:
Lime Tree Academy - Nursery
The tender
The Trust is running this tender project in seeking to appoint a contractor/partner whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities at the various schools . The high-quality service levels proposed, should maintain excellent standards throughout, resulting in a pleasant environment for both the pupils and staff at all the schools within the Trust.
The basis and rationale for the client’s requirements is that the successful contractor must ensure the cleaning services at the schools are fit for purpose at all times. Additionally, the contractor must be proactive in managing the contract, ensuring that all specifications are met and that the cleaning frequency, as outlined in the tender specification, is adhered to.
The contract being tendered is from 1st August 2025 to 30th August 2028 with an option to extend for up to a further two years at the discretion of the client. The contract will be fixed price in nature, with the contractor invoicing the client for one-twelfth of the annual cost on a monthly basis.
It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BICSc standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.
Contract value:
The annual contract value is circa £159,324
The value of the new contract is circa £796,620 (Current annual contract cost, multiplied by 5-year term of the contract)
Other notes:
•Please be advised that this contract will be let on a 3 year + 1+ 1 year’s basis.
•Please be advised that the cleaning service is currently contracted to Avalon Cleaning Systems
•Please be advised that the School has a minimum requirement for a contractor’s employers’ liability/ public liability and professional indemnity insurance of £10m
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £1m
•The winning bidder is required to pay the Litmus tender fee of £2,000 plus VAT, directly to the Litmus Partnership, upon contract award.
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: £796,620
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2025
End date
31 July 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/5Y75Z86EFH
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
17 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 February 2025
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-Luton:-School-cleaning-services./5Y75Z86EFH
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/5Y75Z86EFH
GO Reference: GO-20241211-PRO-28852991
six.4) Procedures for review
six.4.1) Review body
Tennyson Learning Community Multi Academy Trust
Tennyson Road Primary School North, Surrey Street
Luton
LU1 3BZ
Country
United Kingdom