Skip to main content.

The Litmus Partnership: Lincoln UTC

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Lincoln UTC
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The successful Supplier will be required to provide Cleaning services for Lincoln UTC.
Published: 09/10/2024 09:57
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lincoln: School cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Lincoln UTC
             Lindum Road, Lincoln, LN2 1PF, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.lincolnutc.co.uk/
             NUTS Code: UKF3
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://litmustms.co.uk/respond/AZ4WR9DFJP
      Additional information can be obtained from: 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
      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: Lincoln UTC       
      Reference Number: Not provided
      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 Lincoln UTC.       
      II.1.5) Estimated total value:
      Value excluding VAT: 411,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: The successful Supplier will be required to provide Cleaning services for Lincoln UTC.

The current annual value of the contract is approximately £68,500.00

Mr Stuart Hamer - Principal
Having worked at Lincoln UTC since January 2016, initially as the Vice Principal, and now as the Principal… I am incredibly proud of who we are and what we stand for. Teaching is not easy, yet after 21 years in education, I am more enthusiastic than ever before, and surrounded by colleagues that thrive in our truly unique school environment.
We have leading industry standard equipment, and we are housed in a grade II listed building that is complimented by a new £9 million Science and Engineering facility.
Motivated students choose to travel from across Lincolnshire, to join us in years 10 and 12. At Lincoln UTC they have a unique opportunity – to train as scientists and engineers in the exciting context of real-life industry experiences.
Graduates of Lincoln UTC are well rounded, confident and articulate. Academically, technically and practically experienced in science and engineering, they are comfortable working in industry and are prepared for a lifelong journey of learning throughout their working careers.
Our students are committed to the highest standards of achievement and attention to detail, seeking to be the best they can be in their chosen field. Their ability to work effectively, both independently and as team members, and their innovative, creative and dynamic attitude towards working and learning, ensures that they are both highly employable and successful in obtaining places at universities or with employers of their choice. Lincoln UTC graduates are the very best scientists and engineers their potential allows as they finish their schooling at 16 or 18.
I am sure you will be excited by what you read on our website and have further questions that you wish to explore. I encourage you to attend one of our many Open Days, events and activities so that you can meet our staff and students.

Lincoln UTC is a well-established College situated in the heart of Lincon, which includes a multitude of outlets currently where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.
The contract being tendered on behalf of the client at Lincoln UTC is for three years, starting from 4th of April 2025 until 31st of March 2028 , with the option to extend for a further term of three years on the same terms and conditions excluding the right to further extend. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis to the College.
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 a credit will be required by the College. 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 College require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
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: 411,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/04/2025 / End: 31/03/2031       
      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/AZ4WR9DFJP       


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: 15/11/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/12/2024       
      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-Lincoln:-School-cleaning-services./AZ4WR9DFJP

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/AZ4WR9DFJP
   VI.4) Procedures for review
   VI.4.1) Review body:
             Lincoln UTC
       Lindum Road, Lincoln, LN2 1PF, 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: 09/10/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Lincoln: School cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Lincoln UTC
       Lindum Road, Lincoln, LN2 1PF, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.lincolnutc.co.uk/
       NUTS Code: UKF3

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Lincoln UTC            
      Reference number: Not Provided

      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 Lincoln UTC.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 480,822
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: The successful Supplier will be required to provide Cleaning services for Lincoln UTC.

The current annual value of the contract is approximately £68,500.00

Mr Stuart Hamer - Principal
Having worked at Lincoln UTC since January 2016, initially as the Vice Principal, and now as the Principal… I am incredibly proud of who we are and what we stand for. Teaching is not easy, yet after 21 years in education, I am more enthusiastic than ever before, and surrounded by colleagues that thrive in our truly unique school environment.
We have leading industry standard equipment, and we are housed in a grade II listed building that is complimented by a new £9 million Science and Engineering facility.
Motivated students choose to travel from across Lincolnshire, to join us in years 10 and 12. At Lincoln UTC they have a unique opportunity – to train as scientists and engineers in the exciting context of real-life industry experiences.
Graduates of Lincoln UTC are well rounded, confident and articulate. Academically, technically and practically experienced in science and engineering, they are comfortable working in industry and are prepared for a lifelong journey of learning throughout their working careers.
Our students are committed to the highest standards of achievement and attention to detail, seeking to be the best they can be in their chosen field. Their ability to work effectively, both independently and as team members, and their innovative, creative and dynamic attitude towards working and learning, ensures that they are both highly employable and successful in obtaining places at universities or with employers of their choice. Lincoln UTC graduates are the very best scientists and engineers their potential allows as they finish their schooling at 16 or 18.
I am sure you will be excited by what you read on our website and have further questions that you wish to explore. I encourage you to attend one of our many Open Days, events and activities so that you can meet our staff and students.

Lincoln UTC is a well-established College situated in the heart of Lincon, which includes a multitude of outlets currently where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.
The contract being tendered on behalf of the client at Lincoln UTC is for three years, starting from 4th of April 2025 until 31st of March 2028 , with the option to extend for a further term of three years on the same terms and conditions excluding the right to further extend. The contract will be fixed price in nature, with the Contractor invoicing the Client for one-twelfth of the annual cost on a monthly basis to the College.
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 a credit will be required by the College. 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 College require that the tendered number of hours are worked at all times and the successful contractor is expected to have a system in place to cover for both planned and unplanned leave.
Please see SQ document for more information.

      II.2.5) Award criteria:
       Not Provided

      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: Please note this is a contract award notice, this contract has already been awarded.


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2024/S 000-032351
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/02/2025

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Easy Clean Contractors Ltd, 04835938
             Easyclean Contractors Ltd, 5 Razorbill Court, Eagle Business Park, Yaxley, PE7 3WL, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 411,000          
         Total value of the contract/lot: 480,822
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=945890443
   VI.4) Procedures for review

      VI.4.1) Review body
          Lincoln UTC
          Lindum Road, Lincoln, LN2 1PF, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 30/04/2025