Skip to main content.

The Litmus Partnership: Lambeth School’s Cluster ~ Cleaning Services Tender

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

Notice Summary
Title: Lambeth School’s Cluster ~ Cleaning Services Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
Short Description: The Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another. The schools involved are: LOT A :Sudbourne Primary School LOT B: Loughborough Primary School LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.
Published: 07/05/2020 11:00
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-London: School cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Sudbourne Primary School
             Hayter Road, Brixton, London, SW2 5AP, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.sudbourne.com/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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/tenders/UK-UK-London:-School-cleaning-services./J3M223RN52
      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: Lambeth School’s Cluster ~ Cleaning Services Tender       
      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 Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another.

The schools involved are:
LOT A :Sudbourne Primary School
LOT B: Loughborough Primary School
LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.       
      II.1.5) Estimated total value:
      Value excluding VAT: 520,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: LOT A ~ Sudbourne Primary School       
      Lot No: A       
      II.2.2) Additional CPV codes:
      90919300 - School cleaning services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Sudbourne Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.The school has approximately 350 children of mixed gender aged 3-11 years. The school has been given the go-ahead by The London Borough of Lambeth Planning Authorities for an additional 360 pupil places with the creation of a split site school, expanding from 1.5FE to 3FE. It is anticipated that the new building will be complete within the initial term of the purposed new cleaning contract.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Sudbourne Primary School is estimated at £150,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.

Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT B
Loughborough Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2023       
      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/J3M223RN52       
II.2) Description Lot No. 2
      
      II.2.1) Title: LOT B ~ Loughborough Primary School       
      Lot No: B       
      II.2.2) Additional CPV codes:
      90919300 - School cleaning services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Loughborough Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

The school has approximately 420 children of mixed gender aged between 3-11 years.

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Loughborough Primary School is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.

Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS.
LOT A
Sudbourne Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2023       
      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/SH4V279663       
II.2) Description Lot No. 3
      
      II.2.1) Title: LOT C ~ Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre       
      Lot No: C       
      II.2.2) Additional CPV codes:
      90919300 - School cleaning services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

Effra Early Years’ Centre
The school has approximately 140 pupils of mixed gender aged between 2-5 years. Effra Early Years’ Centre is part of the Lambeth Nursery Schools' Federation

Maytree Nursey School & Children’s Centre
The school has approximately 100 children of mixed gender aged between 2-4 years. Maytree Nursery Schools & Children’s Centre is also part of the Lambeth Nursery Schools' Federation


Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT A
Sudbourne Primary School
LOT B
Loughborough Primary School
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2021 / End: 31/12/2023       
      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 theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards 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/9X63FCR3B8       


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: 12/06/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/07/2020       
      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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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-London:-School-cleaning-services./J3M223RN52

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/J3M223RN52
   VI.4) Procedures for review
   VI.4.1) Review body:
             Sudbourne Primary School
       London, SW2 5AP, 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: 07/05/2020

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Loughborough Primary School
       44 Minet Road, London, SW9 7UA, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.loughboroughprimarylambeth.org.uk/
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Effra Early Years’ Centre
       35 Effra Parade, London, SW2 1P, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://effra.lambeth.sch.uk/
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Maytree Nursey School & Children’s Centre
       4 Allingham Road, London, SW4 8EG, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.maytree-nursery.lambeth.sch.uk/
       NUTS Code: UKI

View any Notice Addenda

View Award Notice

UK-London: School cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sudbourne Primary School
       Hayter Road, Brixton, London, SW2 5AP, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.sudbourne.com/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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: Lambeth School’s Cluster ~ Cleaning Services Tender            
      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 Lambeth School’s Cluster is merely the working name given to the 4 participating schools for sole purpose of conducting the procurement exercise and as such each school remains independent of one another.

The schools involved are:
LOT A :Sudbourne Primary School
LOT B: Loughborough Primary School
LOT C: Effra Early Years’ Centre; Maytree Nursey School & Children’s Centre

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 520,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:LOT A ~ Sudbourne Primary School   
      Lot No:A

      II.2.2) Additional CPV code(s):
            90919300 - School cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Sudbourne Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.The school has approximately 350 children of mixed gender aged 3-11 years. The school has been given the go-ahead by The London Borough of Lambeth Planning Authorities for an additional 360 pupil places with the creation of a split site school, expanding from 1.5FE to 3FE. It is anticipated that the new building will be complete within the initial term of the purposed new cleaning contract.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Sudbourne Primary School is estimated at £150,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.

Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT B
Loughborough Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre

      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/J3M223RN52

   II.2) Description (lot no. 2)
   

      II.2.1) Title:LOT B ~ Loughborough Primary School   
      Lot No:B

      II.2.2) Additional CPV code(s):
            90919300 - School cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Loughborough Primary School forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

The school has approximately 420 children of mixed gender aged between 3-11 years.

With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.

Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Loughborough Primary School is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained.

Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS.
LOT A
Sudbourne Primary School
LOT C
Effra Early Years’ Centre
Maytree Nursey School & Children’s Centre

      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/SH4V279663

   II.2) Description (lot no. 3)
   

      II.2.1) Title:LOT C ~ Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre   
      Lot No:C

      II.2.2) Additional CPV code(s):
            90919300 - School cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre forms part of the Lambeth School’s Cluster which is the working name given to the 4 participating schools that have grouped together for sole purpose of conducting the procurement of cleaning services and as such each school is independent of one another.

Effra Early Years’ Centre
The school has approximately 140 pupils of mixed gender aged between 2-5 years. Effra Early Years’ Centre is part of the Lambeth Nursery Schools' Federation

Maytree Nursey School & Children’s Centre
The school has approximately 100 children of mixed gender aged between 2-4 years. Maytree Nursery Schools & Children’s Centre is also part of the Lambeth Nursery Schools' Federation


Suppliers should note that the contract maybe awarded either on a group or single site basis with each school reserving the right to appoint its own supplier. Subject to COVID 19 restrictions it is anticipated that the contract shall commence on the 1st January 2021 for a period of three years on a fixed price basis. Over the 3 years, the turnover at Effra Early Years’ Centre & Maytree Nursey School & Children’s Centre is estimated at £185,000.

The appointed Supplier will preferably be Corporate Members of BICSc and have significant experience of delivering quality cleaning services within school premises. The Supplier should have suitable experience and expertise of successfully managing the TUPE process and should also have a strong operational base in London with adequate local contract support and operational flexibility to ensure cleaning standards are consistently maintained
Ultimately, it is important that the Supplier can demonstrate a proven ability to deliver productivity and efficiencies through the sustained quality and ‘best value’ to each school.


With all schools in close proximity within the London borough of Lambeth, there is strong potential for a single Supplier to provide the cleaning services to all 4 participating schools within the Lambeth Schools Cluster. However, as each school wishes to reserves the right to select its own supplier the process has been split into LOTS and as such requires Suppliers to complete a separate Selection Questionnaires for each LOT.


Other LOTS
If Suppliers wish to bid for the remaining schools in the Lambeth Schools Cluster then they are required to complete the Selection Questionnaire connected to each of the other LOTS
LOT A
Sudbourne Primary School
LOT B
Loughborough Primary School

      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/9X63FCR3B8


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: 2020/S 91-218515
      
   

   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: 1    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/10/2020

      V.2.2) Information about tenders
         Number of tenders received: 5
         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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wetton Cleaning Services Limited, 00473038
             Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1XR, United Kingdom
             NUTS Code: UKJ4
            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: Not Provided          
         Total value of the contract/lot: 189,055
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 26/10/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wetton Cleaning Services Limited, 00473038
             Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1XR, United Kingdom
             NUTS Code: UKJ4
            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: Not Provided          
         Total value of the contract/lot: 251,820
         Currency: GBP

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

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=556965918

   VI.4) Procedures for review

      VI.4.1) Review body
          Sudbourne Primary School
          London, SW2 5AP, 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: 29/12/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Loughborough Primary School
       44 Minet Road, London, SW9 7UA, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.loughboroughprimarylambeth.org.uk/
       NUTS Code: UKI
   
   2: Contracting Authority
       Effra Early Years’ Centre
       35 Effra Parade, London, SW2 1P, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://effra.lambeth.sch.uk/
       NUTS Code: UKI
   
   3: Contracting Authority
       Maytree Nursey School & Children’s Centre
       4 Allingham Road, London, SW4 8EG, United Kingdom
       Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.maytree-nursery.lambeth.sch.uk/
       NUTS Code: UKI