Sovereign Network Homes: Estate Services

  Sovereign Network Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Estate Services
Notice type: Contract Notice
Authority: Sovereign Network Homes
Nature of contract: Services
Procedure: Negotiated
Short Description: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties. Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services. The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total. The contract will be split into 7 lots based on geographical areas. Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value.
Published: 08/09/2017 16:04
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-Wembley: Cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Network Homes
             Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
             Tel. +44 20807824854, Email: procurement@networkhomes.org.uk
             Contact: Linda Lally
             Main Address: https://www.networkhomes.org.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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: http://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Cleaning-services./UA523372U8
      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
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Estate Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90910000 - Cleaning services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services.

The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total.

The contract will be split into 7 lots based on geographical areas.

Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000       
      Currency: GBP
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Estate Services - London Boroughs of Brent and Harrow       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      77314000 - Grounds maintenance services.
      90690000 - Graffiti removal services.
      90918000 - Bin-cleaning services.
      90500000 - Refuse and waste related services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.

Lot 1 covers properties in London Boroughs of Brent & Harrow, In lot 1 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).

Our head office at Olympic Office Centre in Wembley is also included in this lot.

Geographically Brent & Harrow are seen as our core Boroughs as they hold the bulk of our stock. This lot will cover xxx properties. NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove properties from this contract during the contract period.

In lot 1, we have a high number of densely populated and high profile estates, some with dedicated neighborhood management staff on site. Lot 1 also includes the majority of our sheltered schemes and we have approx 700 units of key worker accommodation at Northwick Park.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
      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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible renewals.
Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Estate Services for all other London Boroughs (excl. Brent Harrow & Barnet)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      77314000 - Grounds maintenance services.
      90690000 - Graffiti removal services.
      90918000 - Bin-cleaning services.
      90500000 - Refuse and waste related services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.

Lot 2 covers properties in all other London Boroughs excluding Brent, Harrow & Barnet. There are approx xxx properties in this lot.

Lot 2 includes a high number of dispersed sites across London which generally do not have any on site staff. There are a small number of sheltered sites within Lot 2.

We also have Private rented properties (PRO properties), we have approximately 600 units of shared cluster-style accommodation in east London, in Hackney and Islington.

The successful contractor will have to demonstrate the robustness of their management structure to resource visits to each site on a daily/ weekly basis to ensure high standards are being maintained across a large geographical area.

The contractor must also be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible renewals.
Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ Documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: All of London - Combined Lot       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      90690000 - Graffiti removal services.
      90500000 - Refuse and waste related services.
      90918000 - Bin-cleaning services.
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.

Lot 3 covers properties across London (excluding Barnet), This is a combined lot covering all properties in Lot 1 & Lot 2. In lot 3 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).

The successful contractor will have to demonstrate the capability of their management organisation and their capacity to deliver the services required across a large geographical area.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
      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: 18,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible renewals.
This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Internal & External Cleaning Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      90690000 - Graffiti removal services.
      90500000 - Refuse and waste related services.
      90918000 - Bin-cleaning services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

This lot does not include grounds maintenance services.

The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.

NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
      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: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible renewals.
This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ document.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Grounds Maintenance - Hertford       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide a grounds maintenance service contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

This lot does not include cleaning services.

The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.

A significant amount of the sites are ex local authority where whole estates were transferred to Network Homes. Combined with the geographical locations, this gives rise to some extensive grounds maintenance liabilities in Lot 5, particularly around grass cutting and shrub maintenance. There is also very often split responsibilities between Network Homes and retained Parish, District and County Council obligations.

There are also a number of sheltered schemes in Lot 5 which also have extensive grounds maintenance requirements.

NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
      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: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      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: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Estate Services - Combined lot Hertford & Out of London       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      90690000 - Graffiti removal services.
      90500000 - Refuse and waste related services.
      90918000 - Bin-cleaning services.
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKH23 Hertfordshire
      
      II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.

This is a combined lot and covers the properties in lots 4 & 5.
      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: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible renewals
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
      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: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: SW9 Cleaning       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      90690000 - Graffiti removal services.
      90500000 - Refuse and waste related services.
      90918000 - Bin-cleaning services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: SW9 is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, leasehold, shared ownership and sheltered properties.

Cleaning will include internal and external cleaning, window cleaning services, bulk waste removal and graffiti removal services.

Lot 7 covers the Stockwell Park and Robsart Village estates, both in SW9 with a combined stock of over 1500 properties and over 20 blocks of varying sizes, including a high rise block of 20 floors.

SW9 are the housing management organisation for the Stockwell Park Estate, who manage the day-to-day housing services on behalf of the landlord -who is the parent company, Network Homes.

SW9 are considering setting up a DLO arrangement for their cleaning services, the contract term for the SW9 lot is therefore different to other lots. The SW9 contract term is 3 years plus further extensions of up to 7 years (10 years maximum).

This lot may or may not be awarded, If it awarded the Contract will be in the name of SW9.
      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: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: The SW9 contract term is 3 years, plus 2 years and then 5 x 1 year further annual extensions, of up to 10 years maximum
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The SW9 contract term is 3 years plus 2 years and then 5 x 1 further annual extensions of up to 10 years maximum.
      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: Not provided       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: Yes.
   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: No       
   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: 09/10/2017 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:
         Duration in month(s): 6
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.

In accordance with the Public Contracts Regulations 2015, the Tender Documents are available on this portal, however only the SQ is required to be returned at this stage. Your attention is drawn however to the specification requirements in Appendix B of the tender documents which specifies the service required, so that potential bidders can ensure that they are willing and able to provide both the information and the services required and demonstrate this if invited to tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Cleaning-services./UA523372U8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UA523372U8
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court
       Royal Courts of Justice, The, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right to appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to The High court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The High Court
       Royal Courts Of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 08/09/2017

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       SW9 Community Housing
       6 Stockwell Park Walk,, London, SW9 0FG, United Kingdom
       Email: procurement@networkhomes.org.uk
       Main Address: https://www.sw9.org.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice

UK-Wembley: Cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Network Homes
       Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
       Tel. +44 20807824854, Email: procurement@networkhomes.org.uk
       Contact: Linda Lally
       Main Address: https://www.networkhomes.org.uk
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      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:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Estate Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90910000 - Cleaning services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services.

The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total.

The contract will be split into 7 lots based on geographical areas.

Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                 
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 28,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Estate Services - London Boroughs of Brent and Harrow   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            77314000 - Grounds maintenance services.
            90690000 - Graffiti removal services.
            90918000 - Bin-cleaning services.
            90500000 - Refuse and waste related services.


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

      II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.

Lot 1 covers properties in London Boroughs of Brent & Harrow, In lot 1 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).

Our head office at Olympic Office Centre in Wembley is also included in this lot.

Geographically Brent & Harrow are seen as our core Boroughs as they hold the bulk of our stock. This lot will cover xxx properties. NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove properties from this contract during the contract period.

In lot 1, we have a high number of densely populated and high profile estates, some with dedicated neighborhood management staff on site. Lot 1 also includes the majority of our sheltered schemes and we have approx 700 units of key worker accommodation at Northwick Park.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Estate Services for all other London Boroughs (excl. Brent Harrow & Barnet)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            77314000 - Grounds maintenance services.
            90690000 - Graffiti removal services.
            90918000 - Bin-cleaning services.
            90500000 - Refuse and waste related services.


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

      II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.

Lot 2 covers properties in all other London Boroughs excluding Brent, Harrow & Barnet. There are approx xxx properties in this lot.

Lot 2 includes a high number of dispersed sites across London which generally do not have any on site staff. There are a small number of sheltered sites within Lot 2.

We also have Private rented properties (PRO properties), we have approximately 600 units of shared cluster-style accommodation in east London, in Hackney and Islington.

The successful contractor will have to demonstrate the robustness of their management structure to resource visits to each site on a daily/ weekly basis to ensure high standards are being maintained across a large geographical area.

The contractor must also be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:All of London - Combined Lot   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            90690000 - Graffiti removal services.
            90500000 - Refuse and waste related services.
            90918000 - Bin-cleaning services.
            77314000 - Grounds maintenance services.


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

      II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.

Lot 3 covers properties across London (excluding Barnet), This is a combined lot covering all properties in Lot 1 & Lot 2. In lot 3 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).

The successful contractor will have to demonstrate the capability of their management organisation and their capacity to deliver the services required across a large geographical area.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Internal & External Cleaning Services   
      Lot No:4

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            90690000 - Graffiti removal services.
            90500000 - Refuse and waste related services.
            90918000 - Bin-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

This lot does not include grounds maintenance services.

The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.

NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years

      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: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Grounds Maintenance - Hertford   
      Lot No:5

      II.2.2) Additional CPV code(s):
            77314000 - Grounds maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide a grounds maintenance service contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

This lot does not include cleaning services.

The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.

A significant amount of the sites are ex local authority where whole estates were transferred to Network Homes. Combined with the geographical locations, this gives rise to some extensive grounds maintenance liabilities in Lot 5, particularly around grass cutting and shrub maintenance. There is also very often split responsibilities between Network Homes and retained Parish, District and County Council obligations.

There are also a number of sheltered schemes in Lot 5 which also have extensive grounds maintenance requirements.

NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.

The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years

      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: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Estate Services - Combined lot Hertford & Out of London   
      Lot No:6

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            90690000 - Graffiti removal services.
            90500000 - Refuse and waste related services.
            90918000 - Bin-cleaning services.
            77314000 - Grounds maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKH23 - Hertfordshire
   
      Main site or place of performance:
      Hertfordshire
             

      II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.

Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.

This is a combined lot and covers the properties in lots 4 & 5.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years

      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: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:SW9 Cleaning   
      Lot No:7

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            90690000 - Graffiti removal services.
            90500000 - Refuse and waste related services.
            90918000 - Bin-cleaning services.


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

      II.2.4) Description of the procurement: SW9 is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, leasehold, shared ownership and sheltered properties.

Cleaning will include internal and external cleaning, window cleaning services, bulk waste removal and graffiti removal services.

Lot 7 covers the Stockwell Park and Robsart Village estates, both in SW9 with a combined stock of over 1500 properties and over 20 blocks of varying sizes, including a high rise block of 20 floors.

SW9 are the housing management organisation for the Stockwell Park Estate, who manage the day-to-day housing services on behalf of the landlord -who is the parent company, Network Homes.

SW9 are considering setting up a DLO arrangement for their cleaning services, the contract term for the SW9 lot is therefore different to other lots. The SW9 contract term is 3 years plus further extensions of up to 7 years (10 years maximum).

This lot may or may not be awarded, If it awarded the Contract will be in the name of SW9.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The SW9 contract term is 3 years plus 2 years and then 5 x 1 further annual extensions of up to 10 years maximum.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   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: 1    
   Title: Brent & Harrow

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Rest of London

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: All of London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/05/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pinnacle Housing Ltd
             1st Floor, 6 St Andrew Street, Holborn, London, EC4A 3AE, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 22,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Cleaning - Hertford & out of London

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Grounds Maintenance - Hertford & Out of London

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Estate Services - Hertford & Out of London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/05/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             New Green Services Ltd
             Unit A5, Weltech Business Centre, Ridgeway, Welwyn Garden City, Hertfordshire, AL7 2AA, United Kingdom
             NUTS Code: UKH23
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 5,750,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: SW9 - Estate Cleaning

   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): 2017 - 299660

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.

In accordance with the Public Contracts Regulations 2015, the Tender Documents are available on this portal, however only the SQ is required to be returned at this stage. Your attention is drawn however to the specification requirements in Appendix B of the tender documents which specifies the service required, so that potential bidders can ensure that they are willing and able to provide both the information and the services required and demonstrate this if invited to tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=379809764

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court
          Royal Courts of Justice, The, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          The High Court
          Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right to appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to The High court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1

      VI.4.4) Service from which information about the review procedure may be obtained
          The High Court
          Royal Courts Of Justice, The Strand, London, WC2A 2LL, United Kingdom

   VI.5) Date of dispatch of this notice: 26/02/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       SW9 Community Housing
       6 Stockwell Park Walk,, London, SW9 0FG, United Kingdom
       Email: procurement@networkhomes.org.uk
       Main Address: https://www.sw9.org.uk
       NUTS Code: UKI