ذكذكتسئµ

Construction Tenders

19 August 2025

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 10th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dd42
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£539,029
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 10th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dd42
Common Procurement VocabularySchool cleaning services
Procurement MethodRestricted procedure
Value£539,029

Section I: Contracting authority

I.1) Name and addresses

Overton Grange School

Stanley Road

Sutton

SM2 6TQ

Email

tenders [at] litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

I.3) Communication

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

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

Overton Grange School ~ Cleaning Tender

II.1.2) Main CPV code

  • 90919300 - School cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

Overton Grange School is a Secondary School in Sutton, South London, which was first opened in 1997. In 2011 the School became an Academy.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 140 teaching and support staff, with a focus on ensuring an affordable service to the Academy which maintains high standards of cleanliness throughout the building.

II.1.5) Estimated total value

Value excluding VAT: آ£539,029.08

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

II.2.4) Description of the procurement

Overton Grange School is a Secondary School in Sutton, South London, which was first opened in 1997. In 2011 the School became an Academy.

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1250 students on roll and 140 teaching and support staff, with a focus on ensuring an affordable service to the Academy which maintains high standards of cleanliness throughout the building. The School would wish the successful contractor to review the current range and method of services in place and make recommendations accordingly.

The contract being tendered is for three years in duration from 1st September 2025 to 31st August 2028 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services.

The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.

The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes 9 Science labs, 8 D&T classrooms, classrooms, staff work spaces and offices, sports hall, changing rooms, gym, dance studio and drama studio; along with main hall space, corridors and mall.

Include site map / building plan and sqm2

Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.

The value of the current contract is: -

2024/25 آ£179,676.36

Overton Grange School expects the successful contractor to enable the continued development of cleaning services. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of the school.

The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time, therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students

As a school who are continually seeking ways to improve and develop the ethos and environment for students and staff, to give them the facilities they deserve and need to meet the challenges of the 21st Century.

Please be advised that this contract will be let on a 3-year fixed price basis.

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: آ£539,029.08

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

Start date

1 September 2025

End date

31 August 2028

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:


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

Accelerated procedure

Justification:

Current contract ends 31st July 2025.

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

7 March 2025

Local time

12:00pm

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

31 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:

To respond to this opportunity, please click here:

GO Reference: GO-2025210-PRO-29369710

VI.4) Procedures for review

VI.4.1) Review body

Overton Grange School

Stanley Road

Sutton

SM2 6TQ

Email

tenders [at] litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Internet address