Publication Date: 12/02/2025
Deadline Date: 07/03/2025
Reference: TKR-2025210-PRO-29369709
Value of Contact: £ 539,029
Estimated Annual Value: £ 179,676
Type of Procedure: Services Contract
Nature of Procurement: Contract Notice
Description:
The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 140 teaching and support staff, with a focus on ensuring an affordable service to the Academy which maintains high standards of cleanliness throughout the building. The School would wish the successful contractor to review the current range and method of services in place and make recommendations accordingly.
The contract being tendered is for three years in duration from 1st September 2025 to 31st August 2028 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services.
The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.
The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes 9 Science labs, 8 D&T classrooms, classrooms, staff work spaces and offices, sports hall, changing rooms, gym, dance studio and drama studio; along with main hall space, corridors and mall.
Include site map / building plan and sqm2
Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.
The value of the current contract is:–
2024/25 £179,676.36
Overton Grange School expects the successful contractor to enable the continued development of cleaning services. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of the school.
The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students
As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century.
Please be advised that this contract will be let on a 3-year fixed price basis.
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:539,029.08
Currency:GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start:01/09/2025 / End: 31/08/2028
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 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.
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:To respond to this opportunity please click here: https://litmustms.co.uk/respond/DR57897YQ8
Section III: Legal, Economic, Financial And Technical Information
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.1.1) Type of procedure:Restricted Acclerated
Justification for the choice of accelerated procedure:Current contract ends 31st July 2025.
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:07/03/2025 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:31/03/2025
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
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-Sutton:-School-cleaning-services./DR57897YQ8
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/DR57897YQ8
VI.4) Procedures for review
VI.4.1) Review body:
Overton Grange School
Stanley Road, Sutton, SM2 6TQ, United Kingdom
Tel. +44 1276673880, Email: [email protected]
Internet address:https://www.overtongrange.sutton.sch.uk/
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
Awarding Authority:
Overton Grange School Stanley Road Sutton SM2 6TQ UK +44 1276673880 [email protected] https://www.overtongrange.sutton.sch.uk/