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 |
View Full Notice
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
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