Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

London

Category Services

Type

No. of Lots 1

Status Active

Published 1st Feb 2024

Tender Details
Referenceocds-h6vhtk-043681
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£475,000
« Previous Page

London

Category Services

Type

No. of Lots 1

Status Active

Published 1st Feb 2024

Tender Details
Referenceocds-h6vhtk-043681
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£475,000

Section I: Contracting authority

I.1) Name and addresses

Hornsey Housing Trust ( Agent Altair Ltd)

62 Mayfield Rd

London

N8 9LP

Email

procurementaltair [at] altairlrd.co.uk

Telephone

+44 2083406374

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://hornseyht.co.uk

Buyer's address

https://altairltd.co.uk/

I.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

I.4) Type of the contracting authority

Regional or local Agency/Office

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Supply of Cleaning Services and Associated Goods

Reference number

HHTCS001

II.1.2) Main CPV code

  • 90910000 - Cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

Hornsey Housing Trust (the Trust) are seeking proposals for a suitable and experienced contractor to provide cleaning and associated services during the term of the contract.

The Trust aims to provide an excellent cleaning service to their tenants.

II.1.5) Estimated total value

Value excluding VAT: £475,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90911100 - Accommodation cleaning services
  • 90919200 - Office cleaning services

II.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Haringey

II.2.4) Description of the procurement

Hornsey Housing Trust (the Trust) is seeking proposals for a suitable and experienced contractor to provide cleaning services and associated goods.

The Trust provides affordable housing and support services in the London Borough of Haringey that enables older people to live full, independent lives in the community of their choice. The Trust exists to provide homes and housing related services which offer the opportunity for older people to be independent and have choice and control in their lives. More than just housing.

The Trust aims to provide an excellent cleaning service to their tenants.

The current cleaning contract for these services is due to expire in May 2024 so requires new service provider to be able take over when this contract expires.

The Trust currently owns and manages approximately 394 properties within 63 sites across Haringey that comprises of a mix of converted houses, bungalows, maisonettes, flat blocks and commercial buildings which is where the services under this contract will be delivered to.

Please note that services do not include internal cleaning any of the tenant’s homes but the communal areas, offices and the Trust’s main office in Hornsey.

The Trust are running an open process with the support of Altair Ltd to procure these services. Please note that Altair Ltd is acting as the council's agent and will be managing this on behalf of their client.

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: £475,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract duration will be an initial period of 3 years with the option of an extension of 1+1 years making a total of maximum 5 years.

Any renewal will be based on satisfactory performance and mutual agreement.

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.1.2) 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

Please see Specification


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: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

4 March 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=231236.

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:231236)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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