Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6d5
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£780,000
« Previous Page

West Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6d5
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£780,000

Section I: Contracting authority

I.1) Name and addresses

St Thomas More Catholic Academy & Sixth Form College

Greenmoor Road, Nuneaton

Warwickshire

CV10 7EX

Email

tenders [at] litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKG1 - Herefordshire, Worcestershire and Warwickshire

Internet address(es)

Main address

https://www.st-thomas-more.net/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/SXF9P4HXD4

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

St Thomas More Catholic School & Sixth Form (Holy Spirit Catholic Multi Academy) ~ Cleaning Tender

II.1.2) Main CPV code

  • 90919300 - School cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

The successful Supplier will be required to provide cleaning services for St Thomas More Catholic School & Sixth Form which is part of the Holy Spirit Catholic Multi Academy.

II.1.5) Estimated total value

Value excluding VAT: £780,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
Main site or place of performance

Herefordshire, Worcestershire and Warwickshire

II.2.4) Description of the procurement

The successful Supplier will be required to provide cleaning services for St Thomas More Catholic School & Sixth Form which is part of the Holy Spirit Catholic Multi Academy.

The contract will commence on 1 August 2025 for a period of three years, with the potential for an extension of up to a further three years on a 1 + 1 + 1 basis.

This contract will be fixed price in nature with the successful Supplier also guaranteeing the number of input hours to the contract as well as the quality of cleaning provision.

Whilst the monthly charge will represent one-twelfth of the contract cost, a reconciliation will take place monthly to reconcile the actual hours worked within the contract. If the hours worked are less than those budgeted for a credit will be required by the school. This credit will be calculated by dividing the annual contract cost (fixed cost) by the number of annual input hours to arrive at a contractual cost per hour, this will then be multiplied by the number of hours due to arrive at the fiscal credit.

The school requires that the tendered number of hours are always worked, and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.

The basis and rationale that the Client requires is for the successful contractor to operate to always is being able to provide clean School that is fit for purpose and that the Contractor is proactive in the management of the contract, thus ensuring that all output specifications are achieved and that the required frequency of cleans is delivered.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of services. The high-quality service levels proposed, and should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all the school consistently.

It should be noted that the successful contractor will be expected to bring to the contract: innovation; new equipment; and cleaning methods, with BIC’S standards being achieved, as a minimum, thus ensuring that the highest levels of cleanliness are maintained in all areas at all times and also ensuring that the productivity of the cleaning operatives is enhanced moving forward into the new contract term.

The successful contractor will be expected to put forwards both innovation and their proposals for making this contract more environmentally sensitive and carbon neutral moving into this contract term both by way of contract delivery, and within the successful contractor’s organisation, thus working to deliver the schools environmental polices

We are seeking a suitably experienced Supplier who has current experience of working within the secondary school or HE / FE marketplace, ideally with a strong operational base within Central England, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed during the contract term.

A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.

The scope of the contract covers all the cleaning provision within the school including all holiday and periodic cleans.

The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within North Leamington School on the contract performance.

The budgeted cost of cleaning for this contractual year is circa £130,000.00

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: £780,000

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

Start date

1 August 2025

End date

31 July 2031

This contract is subject to renewal

No

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

II.2.13) Information about European Union Funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/SXF9P4HXD4


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

28 February 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 March 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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-Warwickshire:-School-cleaning-services./SXF9P4HXD4

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/SXF9P4HXD4

GO Reference: GO-2025128-PRO-29242820

VI.4) Procedures for review

VI.4.1) Review body

St Thomas More Catholic Academy & Sixth Form College

Greenmoor Road, Nuneaton

Warwickshire

CV10 7EX

Country

United Kingdom