Publication Date: 19/11/2025
Deadline Date: 18/12/2025
Reference: TKR-20251119-FTS-33313335
Value of Contact: £1,200.000
Estimated Annual Value: £400,000
Type of Procedure: services contract
Nature of Procurement: Invitation to tender (contract notice)
Description:
Tenders or requests to participate must be submitted
Electronically
Bids must be submitted through the procurement portal https://in-tendhost.co.uk/sscpartnership before the submission deadline.
Any technical questions relating to the use of the Procurement Portal website should be addressed by email to the In-Tend Support team at [email protected] or by telephone on 0845 557 8079 / +44 (0) 114 407 0065.
This is only the technical support line, and any ITT queries should be directed to the relevant procurement team running the contract through the messages function of the Procurement Portal.
I.4) Type of the contracting authority
Public authority – sub-central government
Procuring Entity
SSC Partnership Limited
Agent
Postal address:12 Nelson Street
Town:Southend-on-Sea
Postal code:SS1 1EF
Country:United Kingdom
Email:[email protected]
II)Object
II.1.1) Title
ECS Cleaning Services Contract
Reference number:SSC ECS CLN 04_26
II.1.3) Type of contract
Services
II.1.4) Short description
SSC Partnership (an Agent) on behalf of the ‘Authority’ (consisting of three primary schools in Enfield) are currently out to tender for the provision of cleaning services.
The Authority will will sign a contract with the successful Company for a period of 36 Months (3 Years) with the option to extend it for up to a further 24 Months (2 Years). It is expected that the contract will commence 1st April 2026.
The Procurement is being run under the open procedure. Any interested organisation/consortium may submit a Bid in response to this ITT.
Companies shall prepare and submit a tender considering the entire tender package. The requirements for a valid submission of tenders are outlined in the tender documentation including the scope of works and specification of service.
Tender submissions should clearly demonstrate:
A thorough understanding of the Scope of Work
Ability to deliver the services required in line with all TUPE information, and have a flexible approach
Technical expertise and relevant experience
Value for money
Suitability for the undertaking of the work.
Procedures and practices which will be utilised to ensure quality and compliance with the specification.
Arrangements will be made for Companies to visit the sites and view the current facilities to obtain a better understanding of the layout and any other relevant information to help in putting together tender bids. The site visit is planned to take place on Wednesday 3rd December 2025. Companies should limit their attendance to two representatives. Please register for the site visit through the correspondence functionality on the tendering portal (https://in-tendhost.co.uk/sscpartnership), including the name and roles of the representatives who will be attending by no later than 12 noon, 2nd December 2025.
Tenders will be evaluated using a method known as MAT (most advantageous tender).
There will be mandatory and desirable requirements.
Mandatory requirements are stipulations which must be present, or the tender will be eliminated from the evaluation.
Desirable characteristics are elements of the tender which are to be scored by the Client.
Tenders and all associated documents must be submitted electronically via the e tendering portal:https://in-tendhost.co.uk/sscpartnership.
Companies that are not registered will need to complete the supplier’s application. If there are any issues with the access or submission of documents Tenderers can contact the In-Tend Support team at [email protected] or on 0845 557 8079 / +44 (0) 114 407 0065.
Suppliers that would like to take part in this tender process are invited to “Express Interest” upon which the will be given access to the full tender documentation delivery through this e-tendering system.
When the tender documents have been made available involved suppliers will receive notification via email and the tender documents can be accessed from the “My Tenders” area of this website and selecting the “View Details” button of this project.
The deadline for submissions of the tender will be 19th December 2025.
Please allow sufficient time to make your return as late returns will not be permitted.
Any questions relating to this tender should be made via correspondence on the website and can be addressed to the main contact as shown in the details above.
II.1.5) Estimated Total Value
Value (including VAT)
1,440,000
Value (excluding VAT)
1,200,000
Currency
GBP
II.1.7) Total value of the procurement
Value (including VAT)
1,440,000
Value (excluding VAT)
1,200,000
Currency
AED
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
90919300
II.2.3) Place of performance
NUTS code
UKI54 – Enfield
II.2.5) Award Criteria
Price
Name:Simple description
Weighting:Bidders are required to complete and submit the Procurement Specific Questionnaire alongside the Financial Submission (i.e. by the deadline for Bid submissions). Bidders’ Mandatory responses will be evaluated prior to evaluation of scoring responses.
Details of the approach to be taken to the evaluation of PSQ submissions are contained in the PSQ Explanatory Document. Bidders should read the PSQ Explanatory Document before completing the PSQ.
The contract award decision will be made on the basis of the most advantageous tender (MAT), based on the application of the detailed evaluation criteria (and sub-criteria).
The award criteria and marking weighting which will be used to assess the value of each bid will form the basis of notifying Companies whether they have been successful or unsuccessful within the tender process.
There will be mandatory and desirable requirements.
– Mandatory requirements are things that must be there, or the Company will be eliminated from the evaluation.
– Desirable characteristics are the things that will be scored.
Full details are contained within the tender documents.
II.2.6) Estimated Value
Value (excluding VAT)
1,200,000
Currency
AED
II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2029-03-31 23:59
Duration
3 years
Possible extension
2031-03-31 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
Following the initial contract term there will be an opportunities to extend the contract by a further 2 years submit to agreement between parties.
III)Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment of the Service shall be made in accordance with the payment terms stated in Schedule 2 (the Contract Price) of the contract conditions Part A.
If payment of any invoice is not received by any due date, the Company must notify the Authority’s Finance Manager and the appointed representative in writing of such failure to pay and provide details of the invoice concerned; allow the Authority to make prompt payment of such disputed sums; and allow the Authority to provide details of the ground for why the invoices is disputed.
Any queries regarding invoicing and progress of payments should be directed to the Authority’s Finance Manager.
The Authority shall pay the Company any sums due under an invoice no later than (thirty days) from the date on which it is deemed valid and undisputed.
Where any Party disputes any sum to be paid by it under this Contract then a payment equal to the sum not in dispute shall be paid and the dispute as to the sum that remains unpaid shall be determined. Provided that the sum has been disputed in good faith, interest due on any sums in dispute shall not accrue until 30 (thirty) days after resolution of the dispute between Parties.
The Company may charge interest on the late payment of any undisputed Charges properly invoiced under this Contract on the outstanding sum from the due date until payment is made at the then applicable statutory interest rate in accordance with the Late Payment of Commercial Debts (Interest) Act 1998. The Company shall not suspend the supply of services if any payment is overdue.
IV)Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-12-12 12:00
Estimated award decision date
2026-02-02 23:59
IV.2.2) Tender submission deadline
2025-12-18 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI)Complementary information
Link to source/bidding documents
https://in-tendhost.co.uk/sscpartnership
https://www.find-tender.service.gov.uk/Notice/075104-2025
Conflicts assessment prepared/revised
Yes
Risk details
The Company shall supply the Authority with regular information (as requested by the Authority) on the performance of this Contract as set out in Schedule 3 (Key Performance Indicators) of the contract conditions Part A and such information to be provided as required.
Regular contract review meetings will be held between the Company and the Authority to monitor the Company’s performance both on this Contract as a whole and against performance targets outlined in Schedule 3 (Key Performance Indicators) of this Contract. The Company shall afford all necessary resources and facilities to allow the Authority to carry out its contract reviews and provide all reasonable information required.
VI.5) Date of dispatch of this notice
2025-11-19 10:52
Awarding Authority:
Official name: Forty Hill Primary School Postal address: Forty Hill Town: Enfield Region: UKI54 Postal code: EN2 9EY Country: United Kingdom Email: [email protected]

