Tender Details
Title

Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract "Housing Procurement ...

Country
Language
English
Organization
Published Date
25.09.2024
Deadline Date
29.10.2024
Overview
Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract "Housing Procurement ... Walsall Housing Group Limited (whg) Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services - Opportunity Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services Walsall Housing Group Limited (whg) F02: Contract notice Notice reference: 2024/S 000-030675 Published 25 September 2024, 4:49pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (3 lots)II. Object (3 lots) Scope of the procurement Lot 1. Communal Cleaning Services Lot 2. External Window Cleaning Services Lot 3. Office & Stores Cleaning Services four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Walsall Housing Group Limited (whg) 100 Hatherton Street Walsall WS1 1AB Contact Mrs Louise Green Email procurement@whgrp.co.uk Telephone +44 3005556666 Country United Kingdom NUTS code UKG - West Midlands (England) Internet address(es) Main address http://www.whg.uk.com Buyer's address http://www.whg.uk.com one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/ one.4) Type of the contracting authorityI.4) Type of the contracting authority Body governed by public law one.5) Main activityI.5) Main activity Housing and community amenities Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services Reference number DN735228 two.1.2) Main CPV codeII.1.2) Main CPV code 90911200 - Building-cleaning services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. Please note: ONLY use the Opt Out function if you do not intend to bid for any of the 3 Lots. For example, if you wish to bid for Lot 2 but not Lot 1 or Lot 3, do not use the opt out button. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £8,761,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Communal Cleaning Services Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 90911200 - Building-cleaning services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKG - West Midlands (England) two.2.4) Description of the procurementII.2.4) Description of the procurement Lot 1 - Community Cleaning Services Routine Planned Cyclical Services shall include: The thorough cleaning of all communal spaces in blocks and wellbeing schemes to include landings, hallways, corridors and lobbies/entrances/exits, lifts external areas to entrances and exits, bin rooms/areas, staircases, community rooms and communal W.C.’s in blocks and communal lounges, cinema/TV rooms, communal kitchens, communal W.C.’s, mobility scooter storage areas and shared spaces within wellbeing schemes comprising of: Waste, litter and debris removal; Bin Store areas (regular cleans and steam cleans); External areas entrances/exits/canopies/porches/steps/loading bays/spaces designated for use by persons with limited mobility; Bin chutes and bin rotations; Lifts (cars and external); Floor surfaces; Wall surfaces; Ceiling surfaces; External communal doors and associated glazed panels; Internal communal doors and glazed partitions/screens; Internal windows; Miscellaneous surfaces; Soft furnishings, upholstered furniture, curtains and window coverings; Kitchens & refreshment/food preparation areas; Communal W.C.’s; Deep cleans Reactive Optional Services may include: graffiti removal: where identified during Routine Planned Cyclical Service visits and cannot be removed during the Routine Planned Cyclical Service visit due to the graffiti being stubborn and/ or extensive in scale/size and cannot be removed without specialist Equipment; or where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit. Hazardous/special waste removal: where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit. Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply. Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 70 Price - Weighting: 30 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £7,615,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 96 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title External Window Cleaning Services Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 90911300 - Window-cleaning services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKG - West Midlands (England) two.2.4) Description of the procurementII.2.4) Description of the procurement Lot 2 - External Window Cleaning Services Routine Planned Cyclical Services shall include: The cleaning of external communal windows only at certain Sites/Premises; external communal windows and individual dwelling windows at certain Sites/Premises; and external and internal windows at the Client’s Head Office and Stores Sites/Premises. Reactive Optional Services may include: The thorough cleaning of external balconies to some individual dwellings including the balustrade, walls and decking; Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 70 Price - Weighting: 30 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £499,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 96 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Office & Stores Cleaning Services Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 90919200 - Office cleaning services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKG38 - Walsall two.2.4) Description of the procurementII.2.4) Description of the procurement Lot 3 - Office & Stores Cleaning Services Routine Planned Cyclical Services will include: The thorough cleaning of all communal workspaces, offices, meeting rooms, stores, landings, break-out areas, lobby/entrances, kitchens, washrooms etc. including all desk and cupboard surfaces, doors, glass, ironmongery, door-mats, stairs-cases (including underneath staircases), walls, woodwork, ceilings, light fittings, sockets, skirting, architrave, boards, ledges, switches and panels and the emptying of bins etc. For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 70 Price - Weighting: 30 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £647,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 96 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 29 October 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 29 October 2024 Local time 12:00pm Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Royal Courts of Justice The Strand London WC2A 2LL Country United Kingdom Back to top 1727777284 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning ServicesWalsall Housing Group Limited (whg)  Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract "Housing Procurement ...  Notice typeF02: Contract noticeClosing29 October 2024, 12:00pmContract locationsUKG - West Midlands (England); UKG38 - WalsallTotal value £8,761,000 Lot values £7,615,000; £499,000; £647,000 Publication date25 September 2024, 4:49pm
NAICS
Jewelry Justice Bolt Specialized Freight (except Used Goods) Trucking Sawmill Regulation Furniture Justice Cookie Highway Turned Product and Screw Other Justice Machinery Regulation Highway Jewelry Courts Courts Highway Fastener General Freight Trucking Other Justice Machine Shops; Turned Product; and Screw Process Funds
CPVS
Glass Earthmoving and excavating machinery, and associated parts Parts of lift, skip hoists or escalators Soft furnishings Skirts System, storage and content management software package Switches Curtains Mains Steam Steam, hot water and associated products Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Boards Desks Furniture Cupboards Office, school and office equipment cleaning services Buttons Lifts, skip hoists, hoists, escalators and moving walkways Parts of lifts Parts of furniture Other community, social and personal services Blocks Fittings Supports System, storage and content management software development services Watches Balcony work Bins Vats Doors Transfers Windows Ironmongery Ironmongery work Other services Panels Curtains, drapes, valances and textile blinds Goods lifts Lifts Woodwork Seats, chairs and related products, and associated parts Keys Windows, doors and related items Upholstering Parts of buttons Radio, television, communication, telecommunication and related equipment Staircases Tables, cupboards, desk and bookcases Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Lifts Scooters Sockets Blocks Doors Windows Clean room Nuts Boards Awards Furniture Watches Storage General goods storage Employment Equipment cases Desks Surface Single room Case making services Cleaning, sorting, and grading machine parts and accessories Coffee, green Financial Instruments, Products, Contracts and Agreements Tent, for office use
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Roads and Highways-Bridge Infrastructure Telecommunications Law and Legal Printing and Publishing Services Roadways Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert