Acis Group Limited: Cleaning of common areas to blocks schemes

  Acis Group Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning of common areas to blocks schemes
Notice type: Contract Notice
Authority: Acis Group Limited
Nature of contract: Services
Procedure: Restricted
Short Description: Acis Group Limited is conducting a tender for the provision of cleaning to blocks schemes and associated communal areas. This procurement is a multi-lot procurement and covers the areas of Sheffield City/South Yorkshire, Derbyshire, Nottinghamshire, Lincolnshire. The contracts are to start in July 2022 and will be for an initial 3 years with the option to extend for a further two 12 month periods.
Published: 07/02/2022 20:41
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-Gainsborough: Cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Acis Group Limited
             Acis House, 57 Bridge Street, Gainsborough, DN21 1GG, United Kingdom
             Tel. +44 1427678000, Email: procurement@acisgroup.co.uk
             Main Address: www.acisgroup.co.uk
             NUTS Code: UKF30
      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-Gainsborough:-Cleaning-services./4939GV8U47
      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 of common areas to blocks schemes       
      Reference Number: PR.18.054.B
      II.1.2) Main CPV Code:
      90910000 - Cleaning services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Acis Group Limited is conducting a tender for the provision of cleaning to blocks schemes and associated communal areas. This procurement is a multi-lot procurement and covers the areas of Sheffield City/South Yorkshire, Derbyshire, Nottinghamshire, Lincolnshire. The contracts are to start in July 2022 and will be for an initial 3 years with the option to extend for a further two 12 month periods.       
      II.1.5) Estimated total value:
      Value excluding VAT: 125,000       
      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: Cleaning of Common Area (West)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90910000 - Cleaning services.
      
      II.2.3) Place of performance:
      UKE3 South Yorkshire
      UKF1 Derbyshire and Nottinghamshire
      UKE1 East Yorkshire and Northern Lincolnshire
      
      II.2.4) Description of procurement: Cleaning of common areas (internal/external) - blocks (West Area)
      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: 42,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As stated in the Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: It is intended that the Contracts will start in July 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by Acis Group. The maximum duration of the contract is therefore five 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: All estimated values are excluding VAT. All estimated values and the duration of the contract are based upon the maximum term of five years.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Cleaning of common areas (internal/external) - blocks (East Area)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90910000 - Cleaning services.
      
      II.2.3) Place of performance:
      UKF3 Lincolnshire
      
      II.2.4) Description of procurement: Cleaning of common areas (internal/external) - blocks (East Area)
      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: 83,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: As stated in the Selection Questionnaire.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: It is intended that the Contracts will start in July 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by Acis Group. The maximum duration of the contract is therefore five 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: All estimated values are excluding VAT. All estimated values and the duration of the contract are based upon the maximum term of five years.       


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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      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        
         The procurement involves the setting up of a dynamic purchasing system - 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: Yes       
   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: 09/03/2022 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2022       
      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:
         Until: 01/07/2022
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: January 2027
   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.

The Contracting Authority is subject to a Section 20 consultation with its leaseholders and therefore consideration must be given to any feedback received. That feedback may inform the Invitation to Tender documents, which includes but is not limited to the Award Criteria, therefore the Contracting Authority has not supplied at this stage the full contract detail, however it will be sent to the shortlisted candidates.

The Contracting Authority is aware that this procurement is below Public Contract Regulations 2015 service threshold however we are carrying out a similar procurement for the cleaning of communal areas of Sheltered accommodation in parallel with this procurement, and therefore in order to comply with regulation 6.(6) we are taking the same approach towards procurement for this contract also.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gainsborough:-Cleaning-services./4939GV8U47

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4939GV8U47
   VI.4) Procedures for review
   VI.4.1) Review body:
             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:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 07/02/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Gainsborough: Cleaning services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Acis Group Limited
       Acis House, 57 Bridge Street, Gainsborough, DN21 1GG, United Kingdom
       Tel. +44 1427678000, Email: procurement@acisgroup.co.uk
       Main Address: www.acisgroup.co.uk
       NUTS Code: UKF30

   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 of common areas to blocks schemes            
      Reference number: PR.18.054.B

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Acis Group Limited is conducting a tender for the provision of cleaning to blocks schemes and associated communal areas. This procurement is a multi-lot procurement and covers the areas of Sheffield City/South Yorkshire, Derbyshire, Nottinghamshire, Lincolnshire. The contracts are to start in July 2022 and will be for an initial 3 years with the option to extend for a further two 12 month periods.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 246,682
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Cleaning of Common Area (West)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90910000 - Cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKE3 - South Yorkshire
      UKF1 - Derbyshire and Nottinghamshire
      UKE1 - East Yorkshire and Northern Lincolnshire
   
      Main site or place of performance:
      South Yorkshire
      Derbyshire and Nottinghamshire
      East Yorkshire and Northern Lincolnshire
             

      II.2.4) Description of the procurement: Cleaning of common areas (internal/external) - blocks (West Area)

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:It is intended that the Contracts will start in July 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by Acis Group. The maximum duration of the contract is therefore five 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: All estimated values are excluding VAT. All estimated values and the duration of the contract are based upon the maximum term of five years.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Cleaning of common areas (internal/external) - blocks (East Area)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90910000 - Cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKF3 - Lincolnshire
   
      Main site or place of performance:
      Lincolnshire
             

      II.2.4) Description of the procurement: Cleaning of common areas (internal/external) - blocks (East Area)

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:It is intended that the Contracts will start in July 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by Acis Group. The maximum duration of the contract is therefore five 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: All estimated values are excluding VAT. All estimated values and the duration of the contract are based upon the maximum term of five years.


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
       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: Cleaning of Common Areas - Blocks (West)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         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)
             APM CLEANING & REPAIR LTD, 06768628
             B2 Kingfisher House Kingsway, Team Valley Trading Estate, Gateshead, NE11 0JQ, United Kingdom
             NUTS Code: UKC2
            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: 68,763
         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: Cleaning of Common Areas - Blocks (East)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         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)
             APM CLEANING & REPAIR LTD, 06768628
             B2 Kingfisher House Kingsway, Team Valley Trading Estate, Gateshead, NE11 0JQ, United Kingdom
             NUTS Code: UKC2
            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: 177,919
         Currency: GBP

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

   VI.3) Additional information: During the procurement process the initial term was reduced from 3 years to 1 year however the total duration remained 5 years. The contract value for Lot 2 assumes all relevant additional blocks are added to the contract spread out evenly over the final 4 years of the contract which may not happen.

The Contracting Authority expected this procurement is below PCR 2015 service threshold and advertised it as we carried out a similar procurement for the cleaning of communal areas of Sheltered accommodation in parallel.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=723505605

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 30/09/2022