Publication Date: 15/04/2025

Deadline Date: 15/05/2025

Reference: TKR-20250415-FTS-30175021

Value of Contact: £3000,000

Estimated Annual Value: £1000,000

Type of Procedure: Services Contract

Nature of Procurement: Invitation to tender (contract notice)

Description:

Additional information can be obtained from
the abovementioned address
Tenders or requests to participate must be submitted
Electronically
www.mytenders.co.uk
I.4) Type of the contracting authority
Public authority – sub-central government

II)
Object
II.1.1) Title
Cidari MAT Framework Cleaning Tender 2025
Reference number:
ocds-h6vhtk-050330
II.1.3) Type of contract
Services
II.1.4) Short description
The Cidari Multi Academy Trust are seeking to procure a number of providers for a multi-supplier framework for cleaning services. The main objective of this procurement exercise is to deliver the procurement of a framework that will enable the trust to source cleaning services for its schools.
There are initially 4-5 schools in this framework, however, other schools may call off later.
It should be noted that it is not mandatory for trust schools to use this framework. Schools will only call off from this agreement if they have a requirement to do so. It is envisaged the number of contractors on the framework will be between 1 and 3
The provision of the service must demonstrate the best value approach and be flexible in its delivery and operation to ensure that the needs and ethos of individual schools are supported.
This framework process is targeted to have a cleaning contract in place to commence in September 2025 for the initial direct award schools. Please note that this process covers all cleaning services within the Cidari Multi Academy Trust schools with full tender costings and proposals for the schools for a contract start in in September 2025 for the initial direct award schools. These details will be further explained in the ITT documents. The process will be through a competitive flexible procedure commencing with a participation stage to create a select bidder list following analysis of a PSQ document (within which the scoring criteria will be included). The nature of the contract demands a good local infrastructure to provide and maintain the level and standard of cleaning service and support required by the Trust. Labour resource/relief cover is very important. We have set a minimum level of turnover for this tender at 250,000 GBP which takes into account the contract turnover and cash flow associations. This is a discretionary pass/fail question on the basis that we will consider any additional guarantees and formal assurances such as parent company guarantors or similar which must be included to support any submission. We have set a minimum Employer’s (compulsory) liability insurance of 10,000,000 GBP). Following the analysis of PSQ’s the selected bidders will be invited to attend a site survey and tender briefing initially planned for mid-May 2025. Tender response deadline is planned as early-June 2025 and it is envisaged that interviews will take place in late-June 2025. The contract will be for a 3 +1 +1 period (5 years in total including the option to extend for 1 + 1years).
II.1.5) Estimated Total Value
Value (excluding VAT)
3,000,000
Currency
GBP
II.1.7) Total value of the procurement (excluding VAT)
Value (excluding VAT)
3,000,000
Currency
GBP
II.2) Description
II.2.1) Title
Lot No
1
II.2.2) Additional CPV code(s)
Main CPV code
90919300
II.2.3) Place of performance
NUTS code
UKD4
II.2.5) Award Criteria
Quality
Name:
Qualitative Tender Submission
Weighting:
45.00
Cost
Name:
Financial Submission
Weighting:
55.00
II.2.6) Estimated Value
Value (excluding VAT)
3,000,000
Currency
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start
2025-09-01 00:
00
End
2028-08-31 23:
59
Possible extension
2030-08-31 23:
59
This contract is subject to renewal
Yes
Description of renewals
Contract is for a three year period with the option to extend for a further +1 +1 year periods.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number
5

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)

IV)
Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Envisaged maximum number of participants to the framework agreement
3
In the case of framework agreements, provide justification for any duration exceeding 4 years
Contract is for a three year period with the option to extend for a further +1 +1 year periods.
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
The competitive flexible procedure will commence with a participation stage whereby we invite suppliers to submit a PSQ document for analysis. The PSQ’s are analysed and scored to limit suppliers invited to submit full tenders. The tenders are analysed and scored and successful bidders will be invited to a final interview/negotiation stage after which the contract will be awarded.
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry period end date
2025-04-23 12:
00
Award period end date
2025-06-27 23:
59
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/015234-2025
Conflicts assessment prepared/revised
Yes

Awarding Authority:

Official name: RPJ3 Group Limited on Behalf of Cidari MAT Postal address: Leasowe Lodge, Ditton Lane Town: Leasowe Region: UKD74 Postal code: CH46 3SA Country: United Kingdom Contact Person: Neil Mayers Telephone: 07810874152 Email: [email protected] Internet address http://www.rpj3group.co.uk