Publication Date: 16/10/2024

Deadline Date: 22/11/2024

Reference: TKR-20241014-PRO-28077176

Value of Contact: £ 1,200,000

Estimated Annual Value: £ 240,000

Type of Procedure: services contract

Nature of Procurement: contract notice

Description:

School cleaning services. The successful Supplier will be required to provide Cleaning services for: Lancaster Royal Grammar School East Road Lancaster LA1 3EF

the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:Not provided

The successful Supplier will be required to provide Cleaning services for:
Lancaster Royal Grammar School
East Road
Lancaster

LA1 3EF

Contract value = annual cleaning cost £240k
The contract will be for a period of 3 years commencing 1st November 2025 with the option to extend for a further 2 years.
Lancaster Royal Grammar School is a school of approx. 1260 students including 400 students in sixth form. The School has a boarding provision of typically 100-120 students.
Lancaster Royal Grammar School is a buoyant selective state grammar school with a big reputation. The values central to Lancaster Royal Grammar School are those of academic and extra-curricular excellence and opportunity, within a diverse and tolerant community. We are particularly proud of the warmth of the relationships between pupils and staff, and of the quality of our pastoral care.
The School was endowed in 1472 and is one of the oldest state funded schools in the country. Originally situated close to the Priory Church and Lancaster Castle, the LRGS moved to its present site in 1851 when Queen Victoria granted the Royal title. The School became an Academy in 2011.
Lancaster Royal Grammar School is a large, widely dispersed campus arranged mainly over an upper site and lower site. Some school buildings date from the Victorian era, while others, such as our most recent boarding accommodation, are more modern.
The upper site hosts a variety of teaching blocks (Design Technology, Sciences, Maths, English and Art) and two pupil pastoral/SEND buildings. The City View complex houses a reception, Headmaster’s and other staff offices, a pupil catering outlet and a Food Technology suite. The school’s three boarding houses are also situated on the upper site.
The Grade II listed Old School House building is located on the lower site and houses a sixth form centre including catering outlets, teaching accommodation (History, PE, Drama, Business Studies and Computer Science), the school Library and meeting rooms.
On the lower site there is also a large multi department teaching block, a Sports Hall, a Music Department block, additional 6th Form study space, 6th Form girls changing facilities and an administration building.
A PE/Sports changing block is located at our Memorial Playing Fields (outside main school campus) and a Cricket Pavilion on our Douthwaite cricket field (upper site).
The cleaning requirement will be for the whole school but excluding the boarding accommodation. The cleaning is currently managed by a contract cleaning company. We believe there will be staff who are members of the Local Government Pension Scheme. Admitted Body status will therefore be required.
The school will be undergoing a comprehensive building programme likely to commence 2027/2028. This is likely to involve demolition and rebuild, extensive refurbishment and the use of temporary accommodation. The school will need their cleaning partner to be flexible and supportive in adjusting the cleaning requirement and continuing to maintain a clean school whilst these works are taking place.
Please see SQ document for more information.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:

Value excluding VAT:
1,200,000

Currency:
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:

Start:
01/11/2025 / End: 31/10/2030

This contract is subject to renewal:
No

Description of renewals:
Not provided
II.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 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.
II.2.10) Information about variants:

Variants will be accepted:
Yes
II.2.11) Information about options:

Options:
No

Description of options:
Not provided
II.2.12) Information about electronic catalogues:

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:
No
II.2.13) Information about European Union funds:

The procurement is related to a project and/or programme financed by European Union funds:
No

Identification of the project:
Not provided
II.2.14) Additional information:Not provided

Section 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

List and brief description of conditions:

Not Provided
III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

List and brief description of selection criteria:

Not Provided

Minimum level(s) of standards possibly required (if applicable) :

Not Provided
III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

List and brief description of selection criteria:

Not Provided

Minimum level(s) of standards possibly required (if applicable) :

Not Provided
III.1.5) Information about reserved contracts (if applicable)

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:
No

The execution of the contract is restricted to the framework of sheltered employment programmes:
No
III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions

Not Provided
III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:
No

Section IV: Procedure

IV.1) Description RESTRICTED

IV.1.1) Type of procedure:Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement – NO
The procurement involves the setting up of a dynamic purchasing system – NO

In the case of framework agreements justification for any duration exceeding 4 years:
Not Provided
IV.1.6) Information about electronic auction:

An electronic auction will be used:
No

Additional information about electronic auction:
Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure:

Notice number in the OJ S:
Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate

Date:
22/11/2024 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:13/01/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted:English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:Not Provided

Section VI: Complementary Information

VI.1) Information about recurrence

This is a recurrent procurement:
No

Estimated timing for further notices to be published:
Not provided
VI.2) Information about electronic workflows

Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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-Lancaster:-School-cleaning-services./7NHEFE2GA7
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/7NHEFE2GA7
VI.4) Procedures for review

VI.4.1) Review body:
Lancaster Royal Grammar School
Lancaster Royal Grammar School, East Road, Lancaster, LA1 3EF, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice:14/10/2024
Annex A

Awarding Authority:

Lancaster Royal Grammar School Lancaster Royal Grammar School, East Road Lancaster LA1 3EF UK +44 1276673880 [email protected] https://www.lrgs.org.uk/

United Kingdom