Clarity Procurement Solutions: Cleaning and Grounds Maintenance Services

  Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning and Grounds Maintenance Services
Notice type: Contract Notice
Authority: Clarity Procurement Solutions
Nature of contract: Services
Procedure: Open
Short Description: The scope of the Contract is the provision of Cleaning and Grounds Maintenance Services at Pioneer Group owned and managed properties. The Contract is divided into 2 Lots: Lot 1 Cleaning Services: To respond to this opportunity, please click here:https://www.delta-esourcing.com/tenders/UK-Birmingham:-Facilities-management-services./E375KM7938 Lot 2 Grounds Maintenance Services : To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9U7XX4N9KP Bidders may bid for one Lot or both Lots It is envisaged that the Contract will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term of 5 years.
Published: 13/12/2021 15:28
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-Birmingham: Facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Pioneer Housing and Community Group Limited, United Kingdom
             11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
             Tel. +44 1217488100, Email: contactus@pioneergroup.org.uk
             Main Address: https://www.pioneergroup.org.uk/
             NUTS Code: UKG31
      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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Facilities-management-services./E375KM7938
      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: Cleaning and Grounds Maintenance Services       
      Reference Number: T074/2021
      II.1.2) Main CPV Code:
      79993100 - Facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The scope of the Contract is the provision of Cleaning and Grounds Maintenance Services at Pioneer Group owned and managed properties.

The Contract is divided into 2 Lots:

Lot 1 Cleaning Services: To respond to this opportunity, please click here:https://www.delta-esourcing.com/tenders/UK-Birmingham:-Facilities-management-services./E375KM7938


Lot 2 Grounds Maintenance Services : To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9U7XX4N9KP

Bidders may bid for one Lot or both Lots

It is envisaged that the Contract will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term of 5 years.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,350,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders may bid for one Lot or both Lots

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Cleaning Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The scope of the proposed Contract is the provision of Cleaning Services at Pioneer Group owned and managed Office Locations, Sheltered Schemes, Low Rise properties and High Rise properties.

The Services include:

•Internal communal floor cleaning
•Internal communal wall and ceiling cleaning
•Internal communal door and door frame cleaning
•Internal cupboard and enclosure cleaning
•Internal woodwork and ironmongery cleaning
•Internal window cleaning to communal areas
•Internal stair cleaning
•External door cleaning
•External/enclosed bin storage areas
•External store cleaning
•External scheme cleaning
•External window cleaning to communal areas
•Non-routine cleaning
      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: 750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Subject to options to extend being granted, 5 years from contract award
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: It is envisaged that the Contract will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term of 5 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/E375KM7938       
II.2) Description Lot No. 2
      
      II.2.1) Title: Grounds Maintenance Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKG31 Birmingham
      
      II.2.4) Description of procurement: The scope of the proposed Contract is the provision of Grounds Maintenance Services at Pioneer Group owned and managed Office Locations, Sheltered Schemes, Low Rise properties and High Rise properties.

The Services include:

•Grass cutting
•Hedge cutting
•Flowerbed, border and shrub management
•Wall plant/climber and rambler management
•Weed spraying and control
•Tree works
•Bulk rubbish removal
      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: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Subject to options to extend being granted, 5 years from contract award
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: It is envisaged that the Contract will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term of 5 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       


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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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.1.6) 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: 28/01/2022 Time: 12:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/01/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Subject to options to extend being granted, 5 years from contract award
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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 opportunity is being managed on behalf of the Pioneer Group by Clarity Procurement Solutions Limited. Potential Bidders wishing participate in this tender opportunity are instructed to:

Download and read the Invitation to Tender Document to familiarise yourselves with Pioneer's requirements

To view the tender documents for Lot 1 Cleaning Services please click here: https://www.delta-esourcing.com/tenders/UK-Birmingham:-Facilities-management-services./E375KM7938

To view the tender documents for Lot 2 Grounds Maintenance Services please click here: https://www.delta-esourcing.com/respond/9U7XX4N9KP

Submit a completed Invitation to Tender Document in accordance with the stated deadline
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Facilities-management-services./E375KM7938

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E375KM7938
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will enter into this contract following a minimum 10 day 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 lodging of appeals may be obtained:
          The Cabinet Office
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 13/12/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Birmingham: Facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Pioneer Housing and Community Group Limited, United Kingdom
       11 High Street, Castle Vale, Birmingham, B35 7PR, United Kingdom
       Tel. +44 1217488100, Email: nathan@clarityprocurement.co.uk
       Main Address: https://www.pioneergroup.org.uk/
       NUTS Code: UKG31

   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: Cleaning and Grounds Maintenance Services            
      Reference number: T074/2021

      II.1.2) Main CPV code:
         79993100 - Facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The scope of the Contract is the provision of Cleaning and Grounds Maintenance Services at Pioneer Group owned and managed properties. The Contract is divided into 2 Lots: Lot 1 Cleaning Services: To respond to this opportunity, please click here:https://www.delta-esourcing.com/tenders/UK-Birmingham:-Facilities-management-services./E375KM7938 Lot 2 Grounds Maintenance Services : To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9U7XX4N9KP Bidders may bid for one Lot or both Lots It is envisaged that the Contract will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term of 5 years.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 810,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Cleaning Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: The scope of the proposed Contract is the provision of Cleaning Services at Pioneer Group owned and managed Office Locations, Sheltered Schemes, Low Rise properties and High Rise properties. The Services include: •Internal communal floor cleaning •Internal communal wall and ceiling cleaning •Internal communal door and door frame cleaning •Internal cupboard and enclosure cleaning •Internal woodwork and ironmongery cleaning •Internal window cleaning to communal areas •Internal stair cleaning •External door cleaning •External/enclosed bin storage areas •External store cleaning •External scheme cleaning •External window cleaning to communal areas •Non-routine cleaning

      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 will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term 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/E375KM7938

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Grounds Maintenance Services   
      Lot No:2

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


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: The scope of the proposed Contract is the provision of Grounds Maintenance Services at Pioneer Group owned and managed Office Locations, Sheltered Schemes, Low Rise properties and High Rise properties. The Services include: •Grass cutting •Hedge cutting •Flowerbed, border and shrub management •Wall plant/climber and rambler management •Weed spraying and control •Tree works •Bulk rubbish removal

      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 will last for an initial period of 3 years, with an option to extend at Pioneer Group’ sole discretion for an additional 1 year, and a further additional 1 year, giving a total potential term 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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   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
       Notice number in the OJEU: 2021/S 000-030994
      
   

   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: 1    
   Title: Cleaning Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         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)
             M&BG Ltd, N/A
             Azzuri House, Walsall Road, Aldridge, Walsall, WS9 0RB, United Kingdom
             NUTS Code: UKG
            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: 450,000          
         Total value of the contract/lot: 429,231
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Grounds Maintenance Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/11/2022

      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)
             Greenfingers Landscapes, N/A
             Kennet Suite, Earl Business Centre, Dowry Street, Oldham, OL28 2PF, United Kingdom
             NUTS Code: UKD3
            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: 360,000          
         Total value of the contract/lot: 283,554
         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 opportunity is being managed on behalf of the Pioneer Group by Clarity Procurement Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=758801035

   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: The Contracting Authority will enter into this contract following a minimum 10 day 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: 10/02/2023