Ex Employees: Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate

  Ex Employees is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate
Notice type: Contract Notice
Authority: Ex Employees
Nature of contract: Services
Procedure: Open
Short Description: Peabody Trust (“Peabody”) is seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.
Published: 28/05/2021 19:40
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: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody
             Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 2038284233, Email: patric.lemagnen@peabody.org.uk
             Main Address: https://www.peabody.org.uk/
             NUTS Code: UKI
      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-London:-Building-and-facilities-management-services./XKR4832ARD
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/XKR4832ARD 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: Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody Trust (“Peabody”) is seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79993100 - Facilities management services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Peabody Trust (“Peabody”) is seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.

Services could include some or all of the following:

•Daily cleaning to be undertaken outside of normal office/centre operating hours 07:30 – 18:30
•Day janitor to maintain common areas including; kitchens, toilets, entrance and exit routes and all high touch areas 10:00 – 15:00
•Consumables included to be ensure a sufficient supply for usage of building
•Washroom services:
Feminine hygiene bins in all mixed use, disabled and female toilets , frequency determined by occupation
Air-freshener to be installed in all toilet lobby or cubicle, reception and stairwell lobby’s
Urinal pods where applicable
Vending machines in ground/1st floor disabled toilets
•PPM cleaning to include;
Hard and Soft floor surfaces – frequency 6 monthly
• Hard Flooring - Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames
•Soft Flooring - Where required, remove any carpet stains, chewing gum, blue tac or any other irregular cleaning requirements, use deep carpet cleaner
Toilet deep cleans – frequency 3 monthly
•Toilets -Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames, descale toilet, cisterns and associated pipe work and fittings, Descale sink, shower / bath, shower trays, shower screen, tiles, plug holes and associated pipe work and fittings, clear hair trap in showers, dust and clean light fittings
Kitchen deep clean – frequency 3 monthly
IT equipment – frequency 3 monthly

•IT equipment - wipe all keyboards, utilise air duster to remove any dust particles between the keys.
•PPM window Cleaning
Internals – frequency 6 monthly
External ground floor – frequency monthly
External above ground floor – frequency 6 monthly
•PPM Pest control
Monthly pest management visits
6 monthly flea treatment
      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: 2,400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: The duration of the Contract will be for 36 months with 2 annual options to extend by a further 12 months, up to a maximum 5 years total contract term, subject to Peabody’s requirements and the performance of the successful provider.
      
      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:          
      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: 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: 30/06/2021 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: 30/06/2021
         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: 12-18 months prior to the conclusion of this contract.
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./XKR4832ARD

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XKR4832ARD
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       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: 28/05/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Building and facilities management services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233, Email: chengetai.garaiza@peabody.org.uk
       Contact: Chengetai Garaiza
       Main Address: https://www.peabody.org.uk/
       NUTS Code: UKI

   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: Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79993000 - Building and facilities management services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody Trust (“Peabody”) was seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,400,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79993100 - Facilities management services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Peabody Trust (“Peabody”) was seeking to appoint a single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.

Services could include some or all of the following:

•Daily cleaning to be undertaken outside of normal office/centre operating hours 07:30 – 18:30
•Day janitor to maintain common areas including; kitchens, toilets, entrance and exit routes and all high touch areas 10:00 – 15:00
•Consumables included to be ensure a sufficient supply for usage of building
•Washroom services:
Feminine hygiene bins in all mixed use, disabled and female toilets , frequency determined by occupation
Air-freshener to be installed in all toilet lobby or cubicle, reception and stairwell lobby’s
Urinal pods where applicable
Vending machines in ground/1st floor disabled toilets
•PPM cleaning to include;
Hard and Soft floor surfaces – frequency 6 monthly
• Hard Flooring - Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames
•Soft Flooring - Where required, remove any carpet stains, chewing gum, blue tac or any other irregular cleaning requirements, use deep carpet cleaner
Toilet deep cleans – frequency 3 monthly
•Toilets -Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames, descale toilet, cisterns and associated pipe work and fittings, Descale sink, shower / bath, shower trays, shower screen, tiles, plug holes and associated pipe work and fittings, clear hair trap in showers, dust and clean light fittings
Kitchen deep clean – frequency 3 monthly
IT equipment – frequency 3 monthly

•IT equipment - wipe all keyboards, utilise air duster to remove any dust particles between the keys.
•PPM window Cleaning
Internals – frequency 6 monthly
External ground floor – frequency monthly
External above ground floor – frequency 6 monthly
•PPM Pest control
Monthly pest management visits
6 monthly flea treatment

      II.2.5) Award criteria:
      Quality criterion - Name: 8.1.1 / Weighting: 5%
      Quality criterion - Name: 8.1.2 / Weighting: 5%
      Quality criterion - Name: 8.1.3 / Weighting: 8%
      Quality criterion - Name: 8.1.4 / Weighting: 12%
      Quality criterion - Name: 8.1.5 / Weighting: 12%
      Quality criterion - Name: 8.1.6 / Weighting: 8%
      Quality criterion - Name: 8.1.8 / Weighting: 20%
                  
      Price - Weighting: 30%
            

      II.2.11) Information about options
         Options: 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
         

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-012110
      
   

   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: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/08/2021

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 4 (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: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wetton Cleaning Services Limited, 00473038
             Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1 XR., United Kingdom
             Tel. +44 2072372007
             Internet address: https://www.wettons.co.uk/
             NUTS Code: UKJ4
            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: 2,400,000          
         Total value of the contract/lot: 2,400,000
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663013951

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Courts of Justice
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          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
          High Court of England and Wales
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 02/02/2022