Construction Contract Leads
South West
Category Services
Type
No. of Lots 1
Status Active
Published 12th Feb 2025
Reference | ocds-h6vhtk-04de45 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £2,563,440 |
South West
Category Services
Type
No. of Lots 1
Status Active
Published 12th Feb 2025
Reference | ocds-h6vhtk-04de45 |
Common Procurement Vocabulary | School cleaning services |
Procurement Method | Restricted procedure |
Value | £2,563,440 |
Section I: Contracting authority
I.1) Name and addresses
Roseland Multi Academy Trust
Unit A1, Tregony Business Park, Tregony
Cornwall
TR2 5TL
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.1) Name and addresses
Gerrans School
Tregassick Road, Portscatho, Truro
Cornwall
TR2 5ED
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.1) Name and addresses
Tregony Community Primary School
Back Lane, Tregony, Truro
Cornwall
TR2 5RP
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.1) Name and addresses
Falmouth School
Trescobeas Road, Falmouth
Cornwall
TR11 4LH
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.1) Name and addresses
Treviglas School
Bradley Road, Newquay
Cornwall
TR7 3JA
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.1) Name and addresses
The Roseland Academy
Tregony, Truro
Cornwall
TR2 5SE
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
NUTS code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
I.2) Information about joint procurement
The contract involves joint procurement
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
The Roseland Multi Academy Trust ~ Cleaning Tender
II.1.2) Main CPV code
- 90919300 - School cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
The successful Supplier will be required to provide a comprehensive cleaning service, including daily term time and non-term time periodic cleaning, for 5 Schools within The Roseland Multi Academy Trust (MAT): Gerrans School, Tregony Community Primary School, Falmouth School, Treviglas School & The Roseland Academy.
II.1.5) Estimated total value
Value excluding VAT: آ£2,563,440
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKK3 - Cornwall and Isles of Scilly
Main site or place of performance
Cornwall and Isles of Scilly
II.2.4) Description of the procurement
The successful Supplier will be required to provide a comprehensive cleaning service, including daily term time and non-term time periodic cleaning, for 5 Schools within The Roseland Multi Academy Trust (MAT):
Gerrans School, Tregassick Road, Gerrans, Truro, Cornwall, TR2 5ED
Tregony Community Primary School, Back Lane, Tregony, Truro, Cornwall, TR2 5RP
Falmouth School, Trescobeas Road, Falmouth, Cornwall, TR11 4LH
Treviglas School, Bradley Road, Newquay, Cornwall, TR7 3JA
The Roseland Academy, Tregony, Truro, Cornwall, TR2 5SE
The Trust is seeking a suitably experienced contractor who has current experience of working within the education sector, preferably within both Primary and Secondary School establishments, to demonstrate the knowledge and understanding of contracts of a similar scope. Ideally the successful contractor will have a strong operational base with the South West region, or be looking to actively expand into this region, thus allowing for both adequate contract support and operational flexibility that is to be delivered to support the contract as and when needed moving forwards into this contract term.
The scope of the contract covers all of the cleaning provision within each of the Schools. This includes term time daily cleaning, plus a number of weeks for holiday and periodic cleaning during non-term time to provide a deeper clean of the Schools and their buildings to ensure they are suitably prepared for the beginning of each academic term.
The requirement of the Trust is that the successful contractor provides a clean and functioning premises, as per the specification, that is fit for purpose at all times through delivering the guaranteed level of input hours. As part of that requirement, the successful contractor is to be proactive in the management of the contract, with regular site visits to each School, with open lines of communication. That communication must include frequent and proactively provided management information, as well as operating an open book policy.
A robust level of management support must be provided by the successful contractor to ensure that the detailed specification is delivered within the contract on a consistent basis within the contract period.
The successful Supplier will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within The Roseland MAT on the contract performance.
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: آ£2,563,440
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2025
End date
31 July 2030
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
14 March 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 April 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-2025212-PRO-29402900
VI.4) Procedures for review
VI.4.1) Review body
Roseland Multi Academy Trust
Unit A1, Tregony Business Park, Tregony
Cornwall
TR2 5TL
tenders [at] litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom