RIVA Partnership Ltd: Future Academies - Grounds Maintenance

  RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Future Academies - Grounds Maintenance
Notice type: Contract Notice
Authority: RIVA Partnership Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The successful supplier is required to provide excellent grounds maintenance services to Future Academies, a family of schools across London and Hertfordshire dedicated to improving the life chances and broadening the horizons of young people.
Published: 13/02/2025 09:21
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: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Future Academies
             Lupus Street, 1-3 Waverley Lane, London, SW1V 3AT, United Kingdom
             Tel. +44 1252977017, Email: tenders@rivapartnership.co.uk
             Contact: Rachel OGrady
             Main Address: www.futureacademies.org, Address of the buyer profile: www.futureacademies.org
             NUTS Code: UKI
      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://www.delta-esourcing.com/respond/2W4S7W94CN
      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: Future Academies - Grounds Maintenance       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      77314000 - Grounds maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The successful supplier is required to provide excellent grounds maintenance services to Future Academies, a family of schools across London and Hertfordshire dedicated to improving the life chances and broadening the horizons of young people.       
      II.1.5) Estimated total value:
      Value excluding VAT: 405,490       
      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:
      UKI LONDON
      
      II.2.4) Description of procurement: The successful tenderer will be required to provide grounds maintenance services at the 10 Future Academies sites across London & Hertfordshire. Please note this is a growing Trust and any schools either already in the Trust but not included here, or any schools that may join the Trust within this contract period, may join this contract at the client’s discretion.
The contract term being tendered is for three years, 1st September 2025 to 31st August 2028. There is an option for a further extension period for two further years to 31st August 2030.
The contract shall be fixed price with the contractor invoicing the client single invoice per academy/site quarterly.
This tender project is seeking to appoint an experienced supplier to maintain and enhance the appearance of the grounds and general campuses at Future Academies.
The scope of the contract and specification will include but not be limited to:
1.Lawn Maintenance & Grass Cutting – Regular mowing of lawns, sports fields, and playgrounds to maintain a neat and safe environment.
2.Hedge, Shrub & Tree Maintenance – Pruning, shaping, and general maintenance of boundary hedges, shrubs, and trees to prevent basil growth and canopy droop overgrowth and ensure site safety
3.Cleaning, clearing and treatment of hard standing areas
4.Weed/Moss control - Control of weeds in all maintained areas and treatment for the prevention of moss growth and removal of build up as necessary.
5.Sports Field & Playground Maintenance – Marking and maintaining sports pitches, ensuring surfaces remain safe and well-kept for PE and recreational use. Inclusive of repairs of goalmouths and filling of diverts.
6.Maintenance of other outdoor facilities as per site specifications.
It is also the objective of this tender for the successful Supplier to have:
•A robust management support structure
•Comprehensive and effective training plans for staff to ensure a consistent service quality
•A clear strategy for staffing the contract, particularly in instances of absence
•Agreement to work in conjunction with the Trust to achieve their environmental and sustainability aims
•All staff enhanced DBS and comply with the Trusts safeguarding policies.
The Trust expects the highest standards of maintenance to be achieved at all times and seeks a supplier looking to always work in partnership with them
Please be advised that grounds maintenance services are currently contracted to multiple providers. However, the Trust is now looking to appoint a single provider for all sites.
Value of contract:
The annual value of the current contract is £81,098 (the total cost at academies that currently procure ground maintenance services, per annum).
Therefore the value of this contract is £405,490 (total annual costs as above x 5 as this contract is for a maximum of 5 years).
The contract shall be a fixed price contract with invoices raised quarterly.

Additional requirements and information:
•The School has a minimum requirement for a contractor’s employers' liability and public liability insurance of £5 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £500k
•It is considered that TUPE does not apply to this contract
      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: 405,490       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2025 / End: 31/08/2030       
      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: Only candidates that meet the minimum selection criteria will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
      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://www.delta-esourcing.com/respond/2W4S7W94CN       


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       
      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
      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: 15/03/2025 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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.

The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time. Please note this is a growing Trust and any other schools that may join the Trust during the tenure of this new contract may, at the Trust’s discretion, be added to this contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Grounds-maintenance-services./2W4S7W94CN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2W4S7W94CN
   VI.4) Procedures for review
   VI.4.1) Review body:
             Future Academies
       Lupus Street, London, SW1V 3AT, 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: 13/02/2025

Annex A


View any Notice Addenda

View Award Notice

UK-London: Grounds maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Future Academies
       Lupus Street, 1-3 Waverley Lane, London, SW1V 3AT, United Kingdom
       Tel. +44 1252977017, Email: tenders@rivapartnership.co.uk
       Contact: Rachel OGrady
       Main Address: www.futureacademies.org, Address of the buyer profile: www.futureacademies.org
       NUTS Code: UKI

   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: Future Academies - Grounds Maintenance            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         77314000 - Grounds maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The successful supplier is required to provide excellent grounds maintenance services to Future Academies, a family of schools across London and Hertfordshire dedicated to improving the life chances and broadening the horizons of young people.

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   II.2) Description

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

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

      II.2.4) Description of the procurement: The successful tenderer will be required to provide grounds maintenance services at the 10 Future Academies sites across London & Hertfordshire. Please note this is a growing Trust and any schools either already in the Trust but not included here, or any schools that may join the Trust within this contract period, may join this contract at the client’s discretion.
The contract term being tendered is for three years, 1st September 2025 to 31st August 2028. There is an option for a further extension period for two further years to 31st August 2030.
The contract shall be fixed price with the contractor invoicing the client single invoice per academy/site quarterly.
This tender project is seeking to appoint an experienced supplier to maintain and enhance the appearance of the grounds and general campuses at Future Academies.
The scope of the contract and specification will include but not be limited to:
1.Lawn Maintenance & Grass Cutting – Regular mowing of lawns, sports fields, and playgrounds to maintain a neat and safe environment.
2.Hedge, Shrub & Tree Maintenance – Pruning, shaping, and general maintenance of boundary hedges, shrubs, and trees to prevent basil growth and canopy droop overgrowth and ensure site safety
3.Cleaning, clearing and treatment of hard standing areas
4.Weed/Moss control - Control of weeds in all maintained areas and treatment for the prevention of moss growth and removal of build up as necessary.
5.Sports Field & Playground Maintenance – Marking and maintaining sports pitches, ensuring surfaces remain safe and well-kept for PE and recreational use. Inclusive of repairs of goalmouths and filling of diverts.
6.Maintenance of other outdoor facilities as per site specifications.
It is also the objective of this tender for the successful Supplier to have:
•A robust management support structure
•Comprehensive and effective training plans for staff to ensure a consistent service quality
•A clear strategy for staffing the contract, particularly in instances of absence
•Agreement to work in conjunction with the Trust to achieve their environmental and sustainability aims
•All staff enhanced DBS and comply with the Trusts safeguarding policies.
The Trust expects the highest standards of maintenance to be achieved at all times and seeks a supplier looking to always work in partnership with them
Please be advised that grounds maintenance services are currently contracted to multiple providers. However, the Trust is now looking to appoint a single provider for all sites.
Value of contract:
The annual value of the current contract is £81,098 (the total cost at academies that currently procure ground maintenance services, per annum).
Therefore the value of this contract is £405,490 (total annual costs as above x 5 as this contract is for a maximum of 5 years).
The contract shall be a fixed price contract with invoices raised quarterly.

Additional requirements and information:
•The School has a minimum requirement for a contractor’s employers' liability and public liability insurance of £5 million
•The minimum annual turnover that your company must have achieved to be considered for this opportunity is £500k
•It is considered that TUPE does not apply to this contract

      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://www.delta-esourcing.com/respond/2W4S7W94CN


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: 2025/S 000-004864
      
   

   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: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2025 - 004864

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. The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time. Please note this is a growing Trust and any other schools that may join the Trust during the tenure of this new contract may, at the Trust’s discretion, be added to this contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926065069

   VI.4) Procedures for review

      VI.4.1) Review body
          Future Academies
          Lupus Street, London, SW1V 3AT, 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: 14/02/2025