Publication Date: 11/11/2025
Deadline Date: 12/12/2025
Reference: TKR-20251111-FTS-33189574
Value of Contact: £600,000
Estimated Annual Value: £200,000
Type of Procedure: services contract
Nature of Procurement: Invitation to tender (contract notice)
Description:
The Wyvern Federation invites tenders from professional cleaning contractors for the provision of daily cleaning services across six primary school in the South London area. The successful partner must deliver consistent, high-quality standards and take pride in maintaining safe, hygienic environments for young learners and school staff.
Strong client relationships are essential – the contractors must be responsive, be articulate, be communicative, and be committed to collaborative working within all of the schools.
Scope:Daily cleaning across six primary schools
Contract Start Date:28th March 2026
Suppliers will be assessed against the specific objectives of the new contract through the following stages:
– Selection and Shortlisting
– Invitation to Tender and Shortlisting for Presentation
– Presentation of Proposal to the Federation (Authority)
– Reference Checking
II.1.7) Total value of the procurement
Value (including VAT)
720,000
Value (excluding VAT)
600,000
Currency
GBP
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
UK – United Kingdom
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name:Contract Compliances
Weighting:10.0
Quality
Name:Quality
Weighting:60.0
Cost
Name:Cost
Weighting:30.0
II.2.6) Estimated Value
Value (excluding VAT)
600,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-03-28 00:00
End
2029-03-27 23:59
Duration
3 years
Possible extension
2031-03-27 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
Maximum 2 extensions of 12 months per extension.
III)Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
IV)Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
This tender process will be conducted in accordance with the Competitive Flexible Procedure as outlined in Regulation 19 of the Procurement Act 2023. The procedure will consist of four distinct stages, allowing for an initial assessment of interested suppliers. Suppliers will be evaluated against the specific objectives of the new contract through the following stages:
~ Selection Stage and Shortlisting
~ Invitation to Tender (ITT) and Shortlisting for Presentation
~ Presentation of Proposal to the Authority
~ Reference Checking
Expressions of interest have been invited through the Find a Tender Service.
Spires CCC has prepared the Tender Documentation to provide a series of steps which support the preparation and submission of Suppliers bids. There following documents make up the tender bundle:
Part 1 – Conditions of Tender
The Conditions on Tender establishes the Competitive Flexible Procedure, the timeline, the scoring mechanism and the evaluation criteria.
Part 2 – Selection Stage
The Selection Stage is designed to develop a shortlist of suitably qualified suppliers who will be invited to submit a tender submission for the Procurement.
Bidders are required to submit a return, as set out in Part 2 Selection Stage to Spires CCC to progress to the ITT stage of the procurement.
Part 3 – Specification
The Specification outlines the requirement of the procurement
Part 4 – ITT Questions
Bidders are required to provide written responses to the ITT questions provided in Part 4. These responses are to be returned to Spires CCC by the submission deadline, stated in Part 1 – Conditions of Tender.
Part 5 – Draft Contract
Bidders are provided with a draft contract which will be the basis of the future service provision
Part 6 – Financial Return
The financial return is to be populated by Bidders and returned to Spires CCC by the submission deadline, stated in Part 1 – Conditions of Tender.
Shortlisted suppliers will be provided with additional information to develop their submission to the Authority, as required, including but not limited to:
· An opportunity to visit the schools within the Federation
· Anonymised Employers Liability Information
· Site data
· School information
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-12-10 09:30
Estimated award decision date
2026-03-28 23:59
IV.2.2) Tender submission deadline
2025-12-12 09:30
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI)Complementary information
Link to source/bidding documents
https://www.find-tender.service.gov.uk/Notice/072641-2025
Conflicts assessment prepared/revised
Yes
Awarding Authority:
Official name: Herbert Morrison Primary School Postal address: Hartington Road Town: London Region: UKI45 Postal code: SW8 2HP Country: United Kingdom Telephone: 020 7720 3439 Email: [email protected]

