South East Assets Procurement: Stonewater-Cleaning services contracts

  South East Assets Procurement is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Stonewater-Cleaning services contracts
Notice type: Contract Notice
Authority: South East Assets Procurement
Nature of contract: Services
Procedure: Restricted
Short Description: The services required by these contracts, can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
Published: 20/04/2018 16:25
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-Leicester: Accommodation, building and window cleaning services.
Section I: Contracting Authority
      I.1) Name and addresses
             Stonewater Limited
             Suite C, Lancaster House, Grange Business Park, Enderby Road, Whetstone, Leicester, LE8 6EP, United Kingdom
             Tel. +44 1384471065, Email: procurement@effefftee.co.uk
             Main Address: https://www.stonewater.org
             NUTS Code: UK
      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: http://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Accommodation%2C-building-and-window-cleaning-services./MT58U5H2CK
      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: Stonewater-Cleaning services contracts       
      Reference Number: T1-4489
      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 services required by these contracts, can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.       
      II.1.5) Estimated total value:
      Value excluding VAT: 15,000,000       
      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: A Tenderer will not be awarded more than two lots. Therefore a minimum of three contractors will be appointed.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: South A       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 1 - South A can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission - Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: South B       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 2 - South B can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission – Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: South C       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 3 - South C can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission - Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: South D       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKK SOUTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 4 - South D can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission - Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 3,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: South E       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 5 - South E can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission – Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,825,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: South F       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: The services required in Lot 6 - South F can include but are not restricted to: Routine cleaning and window cleaning services to internal and external communal areas of schemes, including schemes housing elderly customers, supported housing and those in need of extra support; Reactive cleaning services to internal and external communal areas of schemes; Other site based tasks which may be carried out on a routine or reactive basis and The removal of litter, fly tipping and bulk refuse.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical submission - Written responses / Weighting: 40
            Quality criterion - Name: Technical submission – Interview / Weighting: 20
                        
            Cost criterion - Name: Completed tender book / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,825,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 108       
      This contract is subject to renewal: Yes       
      Description of renewals: It is intended that the contracts will commence in April 2019, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by Stonewater Limited, for an extension of up to a further four years (on a two years + two years basis), subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contracts is therefore nine years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: Stonewater Limited wishes to ensure that only suitably qualified and experienced organisations are considered for this contract. Therefore, the SQ stage will include an evaluation of Candidates’ responses to technical questions on their previous experience and capability. Only the highest scoring Candidates will be shortlisted and Invited to Tender.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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:          
      Please refer to the SQ and initial tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.    
      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 SQ and tender documentation for all relevant information on the contract performance conditions.          
      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: 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: 21/05/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 28/06/2018       
      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: Yes    
   Estimated timing for further notices to be published: Early 2027
   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. The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of all or any contracts at any stage of the procurement process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Accommodation%2C-building-and-window-cleaning-services./MT58U5H2CK

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MT58U5H2CK
   VI.4) Procedures for review
   VI.4.1) Review body:
             Faithorn Farrell Timms LLP
       Central Court, 1 Knoll Rose, ORPINGTON, BR6 0JA, United Kingdom
       Email: procurement@effefftee.co.uk
       Internet address: www.effefftee.co.uk
   VI.4.2) Body responsible for mediation procedures:
             The Royal Courts of Justice
          The Strand, LONDON, W2 2LL, United Kingdom
          Tel. +44 2079476000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, LONDON, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 20/04/2018

Annex A


View any Notice Addenda

View Award Notice