London Boroughs of Richmond and Wandsworth: Cleaning Services

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Negotiated
Short Description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are inviting tenders for a contract or contracts to provide Cleaning Services (General Cleaning & associated services and Sheltered Housing) across both Boroughs.
Published: 17/11/2017 14:26
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-London: Cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk
             Contact: Dahamia Stephenson-Knight
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
             NUTS Code: UKI34
      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-London:-Cleaning-services./6745KT59HE
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/6745KT59HE 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: http://www.delta-esourcing.com/tenders/UK-title/6745KT59HE
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cleaning Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90910000 - Cleaning services.
      FF01-1 - For cleaning

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames are inviting tenders for a contract or contracts to provide Cleaning Services (General Cleaning & associated services and Sheltered Housing) across both Boroughs.       
      II.1.5) Estimated total value:
      Value excluding VAT: 11,500,000       
      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: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Please refer to the Procurement documents for more information.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Commercial Cleaning and Associated Services       
      Lot No: 1 (Access Code - 9S84G3J962)       
      II.2.2) Additional CPV codes:
      90900000 - Cleaning and sanitation services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      90911300 - Window-cleaning services.
      90918000 - Bin-cleaning services.
      90919200 - Office cleaning services.
      39830000 - Cleaning products.
      39831240 - Cleaning compounds.
      45452000 - Exterior cleaning work for buildings.
      90000000 - Sewage-, refuse-, cleaning-, and environmental services.
      90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The successful tenderer is required to provide commercial cleaning and associated services to include general site cleaning, window cleaning, cleaning consumables, washroom consumables, refrigerator cleaning, supply of air fresheners, supply of feminine hygiene sanitary disposal, feminine hygiene vending facility and products, medical waste bins and confidential waste bins. The term of the proposed contract is five years (60 months) to commence 1st August 2018 with the option at the absolute discretion of the Councils to extend for a further period or periods of up to two years (24 months).
      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: 10,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please refer to the Procurement documents for more information
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is five years (60 months) to commence 1st August 2018 with the option at the absolute discretion of the Councils to extend for a further period or periods of up to two years (24 months).
      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: Please refer to the Procurement documents for more information       
II.2) Description Lot No. 2
      
      II.2.1) Title: House Cleaning and Associated Services to Sheltered Housing, Aged and Homeless Persons Dwellings       
      Lot No: 2 (Access Code - 6745KT59HE)       
      II.2.2) Additional CPV codes:
      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.
      90918000 - Bin-cleaning services.
      45452000 - Exterior cleaning work for buildings.
      90000000 - Sewage-, refuse-, cleaning-, and environmental services.
      90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: The successful contractor will be required to provide house cleaning and associated services within the Borough to approximately 25 sheltered housing blocks containing approximately 1078 residential properties, 36 aged persons dwellings in 4 blocks and 126 homeless persons dwellings in 8 blocks. The term of the proposed contract is five years (60 months) with the option at the absolute discretion of the Council to extend for a further period or periods of up to two years (24 months).
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please refer to the Procurement documents for more information
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The term of the proposed contract is five years (60 months) with the option at the absolute discretion of the Council to extend for a further period or periods of up to two years (24 months).
      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: Please refer to the Procurement documents for more information       


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:          
      Please refer to the Procurement documents for more information    
      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       
      Please refer to the Procurement documents for more information          
      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: 20/12/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 22/01/2018       
      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.

For Lot 1 - https://www.delta-esourcing.com//respond/9S84G3J962
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./6745KT59HE

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6745KT59HE
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 20794760000
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          Whitehall, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Councils will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Councils as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Councils to amend any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness,
order the relevant Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period
referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 17/11/2017

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
       London Borough of Richmond Upon Thames
       44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.richmond.gov.uk
       NUTS Code: UKI75

View any Notice Addenda

View Award Notice

UK-London: Cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk
       Contact: Dahamia Stephenson-Knight
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

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

      II.1.2) Main CPV code:
         90910000 - Cleaning services.
            FF01-1 - For cleaning


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Wandsworth Borough Council and the London Borough of Richmond Upon Thames have just awarded a contract for the provision of Cleaning Services (General Cleaning & associated services and Sheltered Housing) across both Boroughs.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 12,549,271
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Commercial Cleaning and Associated Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.
            90911300 - Window-cleaning services.
            90918000 - Bin-cleaning services.
            90919200 - Office cleaning services.
            39830000 - Cleaning products.
            39831240 - Cleaning compounds.
            45452000 - Exterior cleaning work for buildings.
            90000000 - Sewage-, refuse-, cleaning-, and environmental services.
            90600000 - Cleaning and sanitation services in urban or rural areas, and related services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
      UKI75 - Hounslow and Richmond upon Thames
   
      Main site or place of performance:
      Wandsworth
      Hounslow and Richmond upon Thames
             

      II.2.4) Description of the procurement: Wandsworth Borough Council and the London Borough of Richmond Upon Thames have just awarded a contract for the provision of Cleaning Services (General Cleaning & associated services and Sheltered Housing) across both Boroughs.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
                  
      Cost criterion - Name: Price / Weighting: 80
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the contract is five years (60 months) to commence 1st April 2019 with the option at the absolute discretion of the Councils to extend for a further period or periods of up to two years (24 months).

      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:House Cleaning and Associated Services to Sheltered Housing, Aged and Homeless Persons Dwellings   
      Lot No:2

      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.
            90918000 - Bin-cleaning services.
            45452000 - Exterior cleaning work for buildings.
            90000000 - Sewage-, refuse-, cleaning-, and environmental services.
            90600000 - Cleaning and sanitation services in urban or rural areas, and related services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: Wandsworth Borough Council has just awarded a contract for the provision of house cleaning and associated services to sheltered housing and aged and homeless persons' dwellings.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Price / Weighting: 60
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The term of the contract is five years (60 months) with the option at the absolute discretion of the Council to extend for a further period or periods of up to two years (24 months).

      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: COMMERCIAL CLEANING AND ASSOCIATED SERVICES

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 12/02/2019

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Servest Group Limited
             Servest House, Heath Farm Business Centre, Bury, St. Edmunds, Suffolk, IP28 6LG, United Kingdom
             Tel. +44 1284703535, Email: enquiries@servest.co.uk
             Internet address: www.servest.co.uk
             NUTS Code: UKH14
            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: 10,500,000          
         Total value of the contract/lot: 11,162,968
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: HOUSE CLEANING AND ASSOCIATED SERVICES TO SHELTERED HOUSING AND AGED AND HOMELESS PERSONS' DWELLINGS

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/12/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Accuro Environmental
             128 Buckingham Palace Road, Belgravia, London, SW1W 9SA, United Kingdom
             Tel. +44 2078811888, Email: darren.frost@accuro-environmental.co.uk
             Internet address: http://www.accuro-environmental.co.uk
             NUTS Code: UKI3
            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: 1,000,000          
         Total value of the contract/lot: 1,386,302.5
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=380768373

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 20794760000

      VI.4.2) Body responsible for mediation procedures
          Cabinet Office
          Whitehall, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Councils incorporated a minimum 10 calendar day standstill period at the point information on the award of the contracts was communicated to tenderers. Applicants who were unsuccessful was informed by the Councils as soon as possible after the decision had been made as to the reasons why the Applicant was unsuccessful. No appeal regarding the award of the contract was tabled.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 04/03/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Richmond Upon Thames
       44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Tel. +44 2088715074, Email: dstephenson@wandsworth.gov.uk
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.richmond.gov.uk
       NUTS Code: UKI75