Clarity Procurement Solutions has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Yorkshire Housing Communal Cleaning Services |
Notice type: | Contract Award Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The scope of the Contract is the provision cleaning services to Yorkshire Housing properties, including but not limited to: •General needs properties •Sheltered schemes •Community centres The scope of cleaning services shall include, but not be limited to: •Entrance halls •Landings •Corridors •Lobbies •Staircases •Balconies •Internal glass and communal windows •Internal and external communal entrance doors and glass •Lifts •Intake cupboards •Dry risers •Meter cupboards •Communal lighting •Litter and waste removal (including fly tipping) •Internal bin stores •Rubbish chutes •Hopper heads •Graffiti removal •Removal of sharps and broken glass •Kitchen areas •Communal dining rooms •Communal lounges •Bathrooms •Shower rooms The cleaning services shall be delivered across the entire Yorkshire Housing operational area: •North Yorkshire •South Yorkshire •East Yorkshire •West Yorkshire |
Published: | 07/02/2023 16:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Yorkshire Housing Limited
The Place, 2 Central Place, Leeds, LS10 1FB, United Kingdom
Tel. +44 1138256000, Email: YHTenders@yorkshirehousing.co.uk
Main Address: https://www.yorkshirehousing.co.uk/
NUTS Code: UKE
I.2) Joint procurement:
The contract involves joint procurement: No
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: Yorkshire Housing Communal Cleaning Services
Reference number: 10-22
II.1.2) Main CPV code:
90911000 - Accommodation, building and window cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The scope of the Contract is the provision cleaning services to Yorkshire Housing properties, including but not limited to: •General needs properties •Sheltered schemes •Community centres The scope of cleaning services shall include, but not be limited to: •Entrance halls •Landings •Corridors •Lobbies •Staircases •Balconies •Internal glass and communal windows •Internal and external communal entrance doors and glass •Lifts •Intake cupboards •Dry risers •Meter cupboards •Communal lighting •Litter and waste removal (including fly tipping) •Internal bin stores •Rubbish chutes •Hopper heads •Graffiti removal •Removal of sharps and broken glass •Kitchen areas •Communal dining rooms •Communal lounges •Bathrooms •Shower rooms The cleaning services shall be delivered across the entire Yorkshire Housing operational area: •North Yorkshire •South Yorkshire •East Yorkshire •West Yorkshire
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,130,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90911100 - Accommodation cleaning services.
90911200 - Building-cleaning services.
II.2.3) Place of performance
Nuts code:
UKE3 - South Yorkshire
UKE4 - West Yorkshire
UKE - YORKSHIRE AND THE HUMBER
UKE1 - East Yorkshire and Northern Lincolnshire
UKE2 - North Yorkshire
Main site or place of performance:
South Yorkshire
West Yorkshire
YORKSHIRE AND THE HUMBER
East Yorkshire and Northern Lincolnshire
North Yorkshire
II.2.4) Description of the procurement: The scope of the Contract is the provision cleaning services to Yorkshire Housing properties, including but not limited to: •General needs properties •Sheltered schemes •Community centres The scope of cleaning services shall include, but not be limited to: •Entrance halls •Landings •Corridors •Lobbies •Staircases •Balconies •Internal glass and communal windows •Internal and external communal entrance doors and glass •Lifts •Intake cupboards •Dry risers •Meter cupboards •Communal lighting •Litter and waste removal (including fly tipping) •Internal bin stores •Rubbish chutes •Hopper heads •Graffiti removal •Removal of sharps and broken glass •Kitchen areas •Communal dining rooms •Communal lounges •Bathrooms •Shower rooms The cleaning services shall be delivered across the entire Yorkshire Housing operational area: •North Yorkshire •South Yorkshire •East Yorkshire •West Yorkshire The full list of properties within the scope of this Contract are set out in the Property Schedule and Pricing Document, located in the Yorkshire Housing Delta e-tendering portal as a separate document. Yorkshire Housing intends to appoint a single Contract for the entire scope of Services. The Contract will not be divided into smaller lots. It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 years, with the option to extend for 1 additional year plus 1 further year, giving a maximum period of 5 years. The key objectives associated with the Contract are: •Delivering high performance •Delivering a quality service •Maintaining high hygiene standards •Delivering customer satisfaction and engagement •Achieving health and safety compliance •Maintaining professional boundaries with Yorkshire Housing residents •Delivering measurable and sustainable social value •Reducing the environmental impact associated with the delivery of the services and contributing towards net carbon zero Further details of the Contract are set out in the Contract Documents located on the Yorkshire Housing Delta e-tendering portal. Applicants are strongly advised to read these to familiarise themselves with Yorkshire Housing’s requirements prior to submitting their ITT.
II.2.5) Award criteria:
Quality criterion - Name: Services delivery / Weighting: 15
Quality criterion - Name: Contract management / Weighting: 10
Quality criterion - Name: Customer care / Weighting: 10
Quality criterion - Name: Social value / Weighting: 10
Quality criterion - Name: Sustainability and environmental / Weighting: 5
Quality criterion - Name: Health and safety / Weighting: 10
Cost criterion - Name: Pricing / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 years, with the option to extend for 1 additional year plus 1 further year, giving a maximum period of 5 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X689K668NZ
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-001187
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: 1
Lot Number: Not Provided
Title: Communal Cleaning Serviced
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 31/08/2022
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Churchill Contract Services Limited, 03762020
Unit 1, 40 Coldharbour Lane, Harpenden Hertfordshire, AL5 4UN, United Kingdom
NUTS Code: UKE
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: 2,130,000
Total value of the contract/lot: 2,038,308
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
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. This tender is being administered on behalf of Yorkshire Housing Limited by Clarity Procurement Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=757966661
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Yorkshire Housing will enter into the contract following a minimum 10 calendar day standstill period, starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 07/02/2023