Construction Contract Leads
London
Category Services
Type
No. of Lots 4
Status Active
Published 12th Jan 2024
Reference | ocds-h6vhtk-042c8f |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | £3,000,000 |
London
Category Services
Type
No. of Lots 4
Status Active
Published 12th Jan 2024
Reference | ocds-h6vhtk-042c8f |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | £3,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Look Ahead Care and Support
Kings Buildings, 16 Smith Square
London
SW1P 3HQ
neil [at] orangepeel.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43198
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 electronically via
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Look Ahead Care and Support - Provision of cleaning services
II.1.2) Main CPV code
- 90910000 - Cleaning services
II.1.3) Type of contract
Services
II.1.4) Short description
Procurement of a multi-lot contract for provision of cleaning services for a maximum of 7 years across LACS estate
II.1.5) Estimated total value
Value excluding VAT: £3,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Lot 1 - South
Lot No
1
II.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
- 90900000 - Cleaning and sanitation services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
II.2.3) Place of performance
NUTS codes
- UKI6 - Outer London – South
II.2.4) Description of the procurement
To deliver cleaning (routine) on behalf of LACS. This is a 5 year contract with the option to extend to a maximum of 7 years delivering services across LACS estate. Properties subject to change throughout contract life.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Possibility of extension for a further 1 + 1 year to a maximum of 7 years
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Lot 2 - East
Lot No
2
II.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
- 90900000 - Cleaning and sanitation services
II.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
II.2.4) Description of the procurement
To deliver cleaning (routine) on behalf of LACS. This is a 5 year contract with the option to extend to a maximum of 7 years delivering services across LACS estate. Properties subject to change throughout contract life.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is the option to extend this contract to a maximum of 7 years by way of 1 + 1 extensions
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Lot 3 - Central
Lot No
3
II.2.2) Additional CPV code(s)
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
II.2.3) Place of performance
NUTS codes
- UKI - London
II.2.4) Description of the procurement
To deliver cleaning (routine) on behalf of LACS. This is a 5 year contract with the option to extend to a maximum of 7 years delivering services across LACS estate. Properties subject to change throughout contract life.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract can be extended to a maximum of 7 years by way of 2 1 + 1 year extensions.
II.2.10) Information about variants
Variants will be accepted: No
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) Description
II.2.1) Title
Lot 4 - West
Lot No
4
II.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90900000 - Cleaning and sanitation services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
- 90911300 - Window-cleaning services
II.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
- UKI32 - Westminster
II.2.4) Description of the procurement
To deliver cleaning (routine) on behalf of LACS. This is a 5 year contract with the option to extend to a maximum of 7 years delivering services across LACS estate. Properties subject to change throughout contract life.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract can be extended to a maximum of 7 years by way of 2nr 1 year extensions
II.2.10) Information about variants
Variants will be accepted: No
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
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
As per tender documentation
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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender documentation
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
12 February 2024
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
12 February 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231100.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231100)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit