Construction Tenders

Fri September 27 2024

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 25th Sep 2024

Tender Details
Referenceocds-h6vhtk-04a2e5
Common Procurement VocabularyBuilding-cleaning services
Procurement MethodOpen procedure
Value£8,761,000
« Previous Page

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 25th Sep 2024

Tender Details
Referenceocds-h6vhtk-04a2e5
Common Procurement VocabularyBuilding-cleaning services
Procurement MethodOpen procedure
Value£8,761,000

Section I: Contracting authority

I.1) Name and addresses

Walsall Housing Group Limited (whg)

100 Hatherton Street

Walsall

WS1 1AB

Contact

Mrs Louise Green

Email

procurement [at] 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

I.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/

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

Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services

Reference number

DN735228

II.1.2) Main CPV code

  • 90911200 - Building-cleaning services

II.1.3) Type of contract

Services

II.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 [at] 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.

II.1.5) Estimated total value

Value excluding VAT: £8,761,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Communal Cleaning Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.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 [at] 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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £7,615,000

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

Duration in months

96

This contract is subject to renewal

No

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

External Window Cleaning Services

Lot No

2

II.2.2) Additional CPV code(s)

  • 90911300 - Window-cleaning services

II.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

II.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 [at] 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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £499,000

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

Duration in months

96

This contract is subject to renewal

No

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

Office & Stores Cleaning Services

Lot No

3

II.2.2) Additional CPV code(s)

  • 90919200 - Office cleaning services

II.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall

II.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 [at] 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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £647,000

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

Duration in months

96

This contract is subject to renewal

No

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 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

29 October 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

29 October 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom