Skip to main content.

The Litmus Partnership: Lighthouse Schools Partnership ~ Cleaning Tender

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

Notice Summary
Title: Lighthouse Schools Partnership ~ Cleaning Tender
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 Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.
Published: 30/11/2021 16:56
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-Portishead: School cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Lighthouse Schools Partnership
             Gordano School, St Mary’s Road, Portishead, BS20 7QR, United Kingdom
             Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
             Main Address: https://www.lsp.org.uk/
             NUTS Code: UKK1
      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/tenders/UK-UK-Portishead:-School-cleaning-services./SGX5843P27
      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: Lighthouse Schools Partnership ~ Cleaning 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 successful Supplier will be required to provide cleaning services for Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.       
      II.1.5) Estimated total value:
      Value excluding VAT: 54,000,000       
      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:
      UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
      
      II.2.4) Description of procurement: The Lighthouse Schools Partnership is well established Multi Academy trust situated in North Somerset, which includes currently the following schools where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.

The schools which will be part of this tender and subsequent contract listed on a hub-by-hub basis are:

Gordano Hub

Gordano School
High Down Infant School
High Down Junior School
Portishead Primary School
St Mary's CE Primary School
St Peter's CE Primary School

Backwell Hub

Backwell School
Backwell CE Junior School
Flax Bourton CE Primary School
Grove Junior School
Hannah More Infant School
Northleaze CE Primary School
St Andrew's Primary School
West Leigh Infant School
Wraxall CE Primary
Yatton Infant School
Yatton CE Junior School

Chew Valley Hub

Chew Valley School
Bishop Sutton Primary School
Blagdon Primary School
East Harptree CE VC Primary School
Stanton Drew Primary School
Ubley CE VC Primary School
Whitchurch Primary School
Winford CE VC Primary School

The final list of schools to be included within the scope of the tender will be confirmed within the tender specification when issued to bidders.

The contract being tendered is for three years in duration from 1 August 2022 until 31 July 2025, 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.

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 schools. 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 schools 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.

The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide clean Schools that are 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, should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all of the schools 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 also within the successful contractor’s organisation, thus working to deliver the Lighthouse Schools Partnership’s environmental polices.

Please see the 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: 5,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/08/2022 / End: 31/07/2028       
      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: Not provided       


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: 07/01/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/01/2022       
      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-Portishead:-School-cleaning-services./SGX5843P27

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SGX5843P27
   VI.4) Procedures for review
   VI.4.1) Review body:
             Lighthouse Schools Partnership
       Gordano School, St Mary's Road, Portishead, BS20 7QR, 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: 30/11/2021

Annex A


View any Notice Addenda

Lighthouse Schools Partnership ~ Cleaning Tender

UK-Portishead: School cleaning services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Lighthouse Schools Partnership
       Gordano School, St Mary’s Road, Portishead, BS20 7QR, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.lsp.org.uk/
       NUTS Code: UKK1

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Lighthouse Schools Partnership ~ Cleaning 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 successful Supplier will be required to provide cleaning services for Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 01/12/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 384148   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 30/11/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.5          
         Lot No: Not provided          
         Place of text to be modified: II.1.5          
         Instead of: £54,000,000          
         Read: £5,400,000
                                    
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Portishead:-School-cleaning-services./SGX5843P27

To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/SGX5843P27


View Award Notice

UK-Portishead: School cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Lighthouse Schools Partnership
       Gordano School, St Mary’s Road, Portishead, BS20 7QR, United Kingdom
       Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
       Main Address: https://www.lsp.org.uk/
       NUTS Code: UKK1

   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: Lighthouse Schools Partnership ~ Cleaning 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 successful Supplier will be required to provide cleaning services for Lighthouse Schools Partnership. Twenty-five schools are part of this tender and are split into three hubs (please see below) we are seeking tender submissions on a hub-by-hub basis or for the whole contract (three hubs), however the Lighthouse Schools Partnership reserves the right to award the contract should it be deemed prudent in lots of one, two or three hubs.

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 5,400,000
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
   
      Main site or place of performance:
      Gloucestershire, Wiltshire and Bristol/Bath area
             

      II.2.4) Description of the procurement: The Lighthouse Schools Partnership is well established Multi Academy trust situated in North Somerset, which includes currently the following schools where the successful contractor will be required to deliver a service and meet the requirements of the specification from the contract commencement.

The schools which will be part of this tender and subsequent contract listed on a hub-by-hub basis are:

Gordano Hub

Gordano School
High Down Infant School
High Down Junior School
Portishead Primary School
St Mary's CE Primary School
St Peter's CE Primary School

Backwell Hub

Backwell School
Backwell CE Junior School
Flax Bourton CE Primary School
Grove Junior School
Hannah More Infant School
Northleaze CE Primary School
St Andrew's Primary School
West Leigh Infant School
Wraxall CE Primary
Yatton Infant School
Yatton CE Junior School

Chew Valley Hub

Chew Valley School
Bishop Sutton Primary School
Blagdon Primary School
East Harptree CE VC Primary School
Stanton Drew Primary School
Ubley CE VC Primary School
Whitchurch Primary School
Winford CE VC Primary School

The final list of schools to be included within the scope of the tender will be confirmed within the tender specification when issued to bidders.

The contract being tendered is for three years in duration from 1 August 2022 until 31 July 2025, 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.

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 schools. 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 schools 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.

The basis and rationale that the Client requires is for the successful contractor to operate to at all times is being able to provide clean Schools that are 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, should maintain excellent standards throughout, resulting in a clean and pleasant environment for students, staff and visitors within all of the schools 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 also within the successful contractor’s organisation, thus working to deliver the Lighthouse Schools Partnership’s environmental polices.

Please see the 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: Not Provided


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: 2021/S 000-029743
      
   

   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: 029743    
   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: 15/06/2022

      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)
             Purgo Supply Services Limited, 8665358
             193 Castelnau, Barnes, London, SW13 9ER, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      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: 4,180,776
         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: 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: 15/06/2022

      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)
             Direct Cleaning Services SW Ltd, 9889191
             Unit 2, 23 Leafield Way, Leafield Industrial Estate, Corsham, SN13 9RS, United Kingdom
             NUTS Code: UKK15
            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: 2,758,008
         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://litmustms.co.uk/delta/viewNotice.html?noticeId=710409841

   VI.4) Procedures for review

      VI.4.1) Review body
          Lighthouse Schools Partnership
          Gordano School, St Mary's Road, Portishead, BS20 7QR, 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: 02/08/2022