Publication Date: 14/10/2025
Deadline Date: 17/10/2025
Reference: TKR-20251014-FTS-32743395
Value of Contact: £ 40,652
Estimated Annual Value: £13,551
Type of Procedure: services contract
Nature of Procurement: Additional information (contract notice)
Description:
Tenders or requests to participate must be submitted
Cleaning Opportunity
Philip Francis-Barber
Council Office
The Jubilee Centre
Savages Wood Road
Bradley Stoke
BS32 8HL
I.4) Type of the contracting authority
Public authority – sub-central government
II)Object
II.1.1) Title
Provision of internal cleaning services
Reference number:BSTC-ASCC
II.1.3) Type of contract
Services
Special regime
Concession
II.1.4) Short description
Bradley Stoke Town Council is the parish authority for Bradley Stoke. It is the second tier of local government after the South Gloucestershire Council. Its legal powers are granted to it and regulated by various government acts. The town population is of approximately 20,000. The Town Council supplements the provision of local government services in Bradley Stoke, and provides a range of social and recreational facilities, while promoting and representing the town with other national and statutory bodies. The town council is due to tender for a new cleaning services contract to cover 3 Activity Centres, skate park containers and the office building. The contract is being tendered and interested providers are invited to bid for all sites. The contract is to start in 1st December 2025, for a 3-year contract finishing 30th November 2028. The town council is seeking a cleaning services contractor to provide quality and best value cleaning services across the 5 sites, to include routine and periodic internal cleaning. Potential suppliers are invited to visit the sites accompanied by the sites manager who can answer any questions. Please contact the sites manager via email on [email protected]
Required Hours:
Jubilee Centre, Savages Wood Road, BS32 8HL: 12 hours per week.
3 Hours Monday + Friday. 2 Hours on Tuesday, Wednesday, and Thursday
With changing room cleaning needed on Thursdays or Fridays from Mid August to Mid May each year. 2 hours per week.
Council Office, Savages Wood Road, BS32 8HL: 5 hours per week, 1 hour per day.
Baileys Court Activity Centre. Baileys Court Road, BS32 8BH: 11 hours per week.
2.5hours on Monday + Friday with 2 hours on Tuesdays, Wednesdays, and Thursdays.
Changing room cleaning between Mid April to Mid September .5 hours per week on Mondays + Fridays.
Brook Way Activity Centre, Brook Way, BS32 9DA: 7 Hours
2 hours Monday to Friday,
Bradley Stoke Skate Park:2 hours per week.
1 hour on Mondays and Wednesdays. or before 3PM on Tuesdays and Thursdays.
**We will be running site visits on Monday 13th October 2025 for anyone interested in the contract to attend. Please arrive by 11am to the Jubilee Centre with your own transport and the sites manager will then take everyone around all the sites and answer any questions.**
Please note that any invitation to tender issued by Bradley Stoke Town Council is covered under the terms of the Bribery Act 2010.
The closing date is Monday 20th October 2025. All tenders should be submitted as sealed bids, clearly marked “Cleaning Opportunity” to the following address:
Philip Francis-Barber
Council Office
Jubilee Centre
Savages Wood Road
Bradley Stoke
South Gloucestershire
BS32 8HL
Tenders will be scored by closed meeting and the top 5 tenders presented to the finance committee on 22nd October 2025.
The successful tender will be subject to initial trial period of six months from the date of commencement of the contract. If the successful tender does not pass the initial trial period, they must remain in place until a new contractor is appointed.
Tenders must have a minimum of £5,000,000 public liability cover and any and all relevant insurance policies in place.
All chemicals and equipment are supplied by the successful tender and the council provides hand towels, hand soap, toilets rolls etc.
II.1.7) Total value of the procurement
Value (including VAT)
48,782.45
Value (excluding VAT)
40,652.04
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
90600000
90900000
II.2.3) Place of performance
NUTS code
UKK – SOUTH WEST (ENGLAND)
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name:Compliance with Requirements (10%)
Weighting:Checks whether the tender meets the Council’s stated needs.
Scoring Guide:
0 = Bid does not meet essential requirements (e.g., missing insurance, sites not covered, hours not addressed).
1 = Major gaps in compliance; significant omissions.
2 = Partially compliant; some key requirements unclear or not evidenced.
3 = Meets minimum requirements but with limited detail (e.g., hours matched but seasonal tasks not explained).
4 = Meets all requirements with good supporting detail.
5 = Fully compliant, with clear evidence of understanding, accurate schedules, and insurances in place.
Quality
Name:Relevant Experience & References (15%)
Weighting:Assesses contractor’s track record delivering similar contracts.
Scoring Guide:
0 = No relevant experience provided.
1 = Minimal or unrelated experience; no references.
2 = Some experience, but not directly comparable; weak references.
3 = Adequate experience with similar facilities; references acceptable.
4 = Strong experience with multiple, relevant contracts; positive references.
5 = Extensive experience in activity/community centres, offices, and public sector contracts; excellent references demonstrating reliability and quality.
Quality
Name:Method Statement & Service Delivery (25%)
Weighting:How the contractor proposes to deliver services, including cleaning schedules, quality control, and periodic works.
Scoring Guide:
0 = No clear plan of delivery.
1 = Very limited method statement; generic and not tailored to sites.
2 = Method provided but vague or unrealistic; limited coverage of periodic cleaning.
3 = Clear method addressing routine/periodic cleaning; evidence of quality checks and basic contingency planning.
4 = Comprehensive, site-specific method covering all sites, schedules, and monitoring; contingency arrangements included.
5 = Outstanding, highly tailored proposal; includes detailed schedules, site-specific processes, robust monitoring systems, innovative solutions, and clear quality assurance framework.
Quality
Name:Staffing & Supervision Arrangements (15%)
Weighting:Evaluates adequacy of workforce and how performance will be managed.
Scoring Guide:
0 = No staffing/supervision details.
1 = Insufficient staff proposed; no supervision described.
2 = Some details, but unclear training, cover for absence, or supervision structure.
3 = Adequate staffing plan with trained staff; basic cover and supervision arrangements.
4 = Strong staffing proposal with clear roles, supervision levels, absence cover, and staff support.
5 = Excellent, well-structured plan including recruitment, training, supervision, staff welfare, cover for sickness/holidays, and performance monitoring.
Quality
Name:Environmental & Sustainability Measures (10%)
Weighting:Focus on eco-friendly practices and reducing environmental impact.
Scoring Guide:
0 = No evidence of environmental consideration.
1 = Minimal measures (e.g., vague statement about recycling).
2 = Some basic sustainable practices; limited detail.
3 = Good evidence of sustainable cleaning practices (eco products, waste minimisation).
4 = Strong commitment with clear examples (certifications, energy-efficient equipment, refill systems).
5 = Excellent approach, innovative and proactive sustainability measures (verified credentials, carbon reduction targets, supplier sustainability commitments).
Quality
Name:Health & Safety / Risk Management (10%)
Weighting:Assesses compliance with statutory H&S requirements and contractor’s approach to safe working.
Scoring Guide:
0 = No H&S evidence provided.
1 = Very limited evidence; no policies or risk management processes.
2 = Some basic policies (COSHH, accident reporting), but incomplete.
3 = Adequate H&S arrangements; standard documentation provided.
4 = Strong risk management approach, with evidence of staff training, PPE, COSHH compliance, safeguarding awareness.
5 = Excellent, proactive approach with full suite of policies, detailed risk assessments, regular training, monitoring and reporting systems, and strong compliance culture.
Price
Name:Price / Value for Money (15%)
Weighting:Evaluates cost-effectiveness of the proposal in relation to quality and coverage.
Scoring Guide:
0 = Unreasonably high or low price; poor value or unrealistic.
1 = Very poor value; costs significantly higher/lower than market norm without justification.
2 = Below average value; concerns about sustainability of bid.
3 = Reasonable value; price acceptable but not outstanding.
4 = Strong value; price competitive and proportionate to quality of service.
5 = Best value; highly competitive price with clear justification, realistic costings, and excellent quality.
II.2.6) Estimated Value
Value (excluding VAT)
40,652.04
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2025-12-01 00:00
End
2028-11-30 23:59
Duration
3 years
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
Open procedure
Accelerated procedure
Justification
State of urgency
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-10-16 17:00
Estimated award decision date
2025-10-22 23:59
IV.2.2) Tender submission deadline
2025-10-17 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI)Complementary information
Link to source/bidding documents
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5239
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5240
https://www.find-tender.service.gov.uk/Notice/Attachment/A-5244
https://www.find-tender.service.gov.uk/Notice/065028-2025
Conflicts assessment prepared/revised
Yes
VI.1) Information about recurrence
This is a recurrent procurement
Yes
VI.5) Date of dispatch of this notice
2025-10-14 09:51
VII)Changes/Modifications
VII.2) Other additional information
A mistake in the Hours for Brook Way Activity Centre was made.
Correction for these hours are 2 hours per day Monday to Friday total of 10 hours per week.
Limited TUPE information available upon request.
Awarding Authority:
Official name: Bradley Stoke Town Council Postal address: Council Office, Town: Bradley Stoke Region: UKK12 Postal code: BS32 8HL Country: United Kingdom Contact Person: Philip Francis-Barber Email: [email protected]

