Northern Housing Consortium Ltd : Cleaning Services 20-30

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cleaning Services 20-30
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: To establish a Dynamic Purchasing System (DPS) for Cleaning Services for Members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future Members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ The Cleaning Services DPS shall run for 10 years, from 1st October 2020 to 30th September 2030.
Published: 20/08/2020 09:25
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Sunderland: Cleaning and sanitation services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Contact: Rachel Wheeler
             Main Address: https://www.northern-consortium.org.uk
             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: Yes.
      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-Sunderland:-Cleaning-and-sanitation-services./XDU63TU682
      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
            Other type:: Central Purchasing Body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cleaning Services 20-30       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90900000 - Cleaning and sanitation services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: To establish a Dynamic Purchasing System (DPS) for Cleaning Services for Members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future Members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

The Cleaning Services DPS shall run for 10 years, from 1st October 2020 to 30th September 2030.       
      II.1.5) Estimated total value:
      Value excluding VAT: 182,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90900000 - Cleaning and sanitation services.
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90915000 - Furnace and chimney cleaning services.
      90916000 - Cleaning services of telephone equipment.
      90919000 - Office, school and office equipment cleaning services.
      90920000 - Facility related sanitation services.
      90921000 - Disinfecting and exterminating services.
      90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
      90690000 - Graffiti removal services.
      98310000 - Washing and dry-cleaning services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 20th August 2020 to 30th September 2020. Applicants are required to complete the Selection Questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful Applicants will be appointed to the DPS as an appointed Supply Partner. There will be no limit to the number of Applicants that will be admitted to the DPS against each region, sector, and service category. New Applicants can apply to join the DPS throughout the duration of the period via the SQ process.

Categories to be covered by the DPS are as follows, Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the Category Application Table document:

REGION
•National (coverage of all 12 regions)
•North East
•North West
•Yorkshire and Humber
•East Midlands
•West Midlands
•East of England
•Greater London
•South East England
•South West England
•Wales
•Scotland
•Northern Ireland

SECTOR
•Blue Light Services (including Ambulance, Fire and Police)
•Education (including Academy Trusts, Schools, Universities & Higher Education)
•Government Bodies
•Health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts)
•Housing Associations, Registered Providers and ALMOs
•Local Authorities
•Prison Service

SERVICE
•Building Exterior Cleaning - up to approx. 75ft
•Building Exterior Cleaning - up to and over approx. 75ft
•Catering Facilities Cleaning - commercial & domestic dining hall etc.
•Catering Facilities Cleaning - commercial & domestic kitchen equipment/ovens etc.
•Chimney Cleaning/Sweeping
•Cleaning: General
•Cleaning: Deep
•Cleaning: Specialist
•Cleaning: Trauma
•Cleaning supplies (including consumables and equipment) - supply only
•Commercial Laundry Services
•Commercial Vehicle Cleaning - general & specialised
•Graffiti & Chewing Gum Removal
•IT Equipment Cleaning
•Washroom Services
•Window Cleaning (external - low rise/up to approx. 75ft)
•Window Cleaning (external - up to and over 75ft - may need working at height equipment)
•Window Cleaning (internal - low rise)
•Window Cleaning (internal - high rise - may need working at height equipment)

The second stage is where appointed Supply Partners compete for Members individual contracts, more commonly referred to as a Further Competition (also known as mini-tender) stage and consists of Members refining the requirements for their specific contract. Following acceptance on to the DPS, Supply Partners will be invited to tender for all Members’ Further Competitions under the region, sector and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage Further Competitions by way of a Supply Agreement but places no obligations on Members to procure any cleaning services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by Members under the DPS.

The estimated value of the services to be procured for the entire duration of the DPS is an indicative amount and cannot be guaranteed.

Further information can be found within the procurement documents as detailed in section 1.3 of the notice.
      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: 182,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2020 / End: 30/09/2030       
      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: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XDU63TU682       


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 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: 21/09/2020 Time: 00:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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-Sunderland:-Cleaning-and-sanitation-services./XDU63TU682

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XDU63TU682
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Northern Housing Consortium Ltd
          Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
          Tel. +44 1915661000
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   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: 20/08/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Brockworth: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Gloucestershire Health & Care NHS Foundation Trust
       Edward Jenner Court, Pioneer Avenue, Gloucester Business Park, Brockworth, GL3 4AW, United Kingdom
       Tel. +44 3004222666, Email: ghn-tr.procurement1mailbox@nhs.net
       Main Address: https://www.ghc.nhs.uk/
       NUTS Code: UKK

   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:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Gloucestershire Health & Care NHS Foundation Trust, Mar21, Category 10            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of cleaning materials

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 430,626.6
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of cleaning materials

      II.2.5) Award criteria:
      Quality criterion - Name: Service Delivery, Management and Governance / Weighting: 45
      Quality criterion - Name: Capacity Planning (Supply Chain & Resourcing) / Weighting: 15
      Quality criterion - Name: Service Transition and Implementation / Weighting: 15
      Quality criterion - Name: Quality Assurance, Training & Communications / Weighting: 15
      Quality criterion - Name: Sustainability / Weighting: 10
                  
      Cost criterion - Name: 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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 10/03/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Spot-On-Supplies (C&P) Ltd, 01234451
             Elliot Road, Love Lane, Cirencester, GL7 1FH, United Kingdom
             NUTS Code: UKK
            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: 430,626.6          
         Total value of the contract/lot: 430,626.6
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=597193490

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 26/05/2021




UK-Exeter: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Exeter City Council
       Civic Centre, Paris Street, Exeter, EX1 1JN, United Kingdom
       Tel. +44 1392265247, Email: heather.rowland@exeter.gov.uk
       Contact: Heather Rowland
       Main Address: www.exeter.gov.uk
       NUTS Code: UKK

   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: Exeter City Council, Apr 21, Category 6,9,13,16 & 18            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of general and trauma cleaning services, graffiti & chewing gum removal, and window cleaning.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 609,140.7
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of general and trauma cleaning services, graffiti & chewing gum removal, and window cleaning.

      II.2.5) Award criteria:
      Quality criterion - Name: Methodology Statement / Weighting: 15
      Quality criterion - Name: Contract Management / Weighting: 15
      Quality criterion - Name: Staffing Requirements / Weighting: 10
      Quality criterion - Name: Implementation and Transition / Weighting: 10
      Quality criterion - Name: Social Value and Sustainability / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 15/04/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Cobwebs (MC Exeter T/A Cobwebs), 05512051
             Unit 6 No. 6 Marsh Green Road, Marsh Barton, Exeter, EX2 8NY, United Kingdom
             NUTS Code: UKK
            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: 609,140.7          
         Total value of the contract/lot: 609,140.7
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598172055

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 02/06/2021




UK-St Asaph: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Clwyd Alyn HA
       72 Ffordd William Morgan, St Asaph Business Park, St Asaph, LL17 0JD, United Kingdom
       Tel. +44 1745536806, Email: neil.lynch@clwydalyn.co.uk
       Contact: Neil Lynch
       Main Address: https://www.clwydalyn.co.uk/
       NUTS Code: UKL

   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: Clwyd Alyn HA, May 21, Category 10            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of cleaning materials

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 580,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKL - WALES
   
      Main site or place of performance:
      WALES
             

      II.2.4) Description of the procurement: Supply of cleaning materials

      II.2.5) Award criteria:
      Quality criterion - Name: Experience to obtain best market value / Weighting: 5
      Quality criterion - Name: Reducing environmental impact / Weighting: 5
      Quality criterion - Name: How requirements will be delivered / Weighting: 25
      Quality criterion - Name: Added Value / Weighting: 5
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 50
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 20/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bunzl Retail & Healthcare Supplies Ltd t/a Care Shop, 00062537
             Unit B, Circle Court, Warren Bruce Road, Manchester, M17 1LB, United Kingdom
             NUTS Code: UKL
            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: 580,000          
         Total value of the contract/lot: 580,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598172524

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 18/06/2021




UK-Birmingham: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Summit Learning Trust, 07348167
       c/o Ninestiles, An Academy, Hartfield Crescent, Acocks Green, Birmingham, B27 7QG, United Kingdom
       Tel. +44 1216281311, Email: paulina.wakelam@summitlearningtrust.org.uk
       Contact: Paulina Wakeman
       Main Address: https://www.summitlearningtrust.org.uk/
       NUTS Code: UKG

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Summit Learning Trust, May 21, Category 6&7            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of general and deep cleaning services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 185,997
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of general and deep cleaning services.

      II.2.5) Award criteria:
      Quality criterion - Name: Implementation / Weighting: 4
      Quality criterion - Name: Staff Management / Weighting: 5
      Quality criterion - Name: Staff Absence / Weighting: 7
      Quality criterion - Name: Service Delivery / Weighting: 9
      Quality criterion - Name: Training / Weighting: 4
      Quality criterion - Name: Performance Monitoring and Auditing / Weighting: 9
      Quality criterion - Name: Health and Safety / Weighting: 4
      Quality criterion - Name: Experience / Weighting: 3
      Quality criterion - Name: Complaints / Weighting: 5
      Quality criterion - Name: Added Value / Weighting: 3
      Quality criterion - Name: Environmental Considerations / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 27/05/2021

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Genie Cleaning Services Ltd, 05302167
             Suite D Astor House, 282 Lichfield Road, Four Oaks, Sutton Coldfield, B74 2UG, 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: Not Provided          
         Total value of the contract/lot: 185,997
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598173374

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 21/06/2021




UK-Salford: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Salix Homes
       Diamond House, 2 Peel Cross Road, Salford, M5 4DT, United Kingdom
       Tel. +44 8002182000, Email: Sara.sharrock@salixhomes.co.uk
       Contact: Sara Sharrock
       Main Address: www.salixhomes.co.uk
       NUTS Code: UKD

   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: Salix Homes, Jun 21, Category 6            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of general cleaning services for head office.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 116,612
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: Provision of general cleaning services for head office.

      II.2.5) Award criteria:
      Quality criterion - Name: Delivery of Specification / Weighting: 10
      Quality criterion - Name: Risk Management / Weighting: 7
      Quality criterion - Name: Mobilisation / Weighting: 8
      Quality criterion - Name: Sustainability / Weighting: 7
      Quality criterion - Name: Criterion 5 / Weighting: 8
      Quality criterion - Name: Social Benefits / Weighting: 10
      Quality criterion - Name: Quality Standards / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 10/06/2021

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      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 and Repair Ltd, 06768628
             B2 Kingfisher House, Kingsway North, Team Valley, Gateshead, NE11 0JQ, United Kingdom
             NUTS Code: UKD
            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: 116,612          
         Total value of the contract/lot: 116,612
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=604078237

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 21/06/2021




UK-Birmingham: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Summit Learning Trust, 07348167
       c/o Ninestiles, Academy, Hartfield Crescent, Birmingham, B27 7QG, United Kingdom
       Tel. +44 1217097893, Email: Paulina.wakelam@summitlearningtrust.org.uk
       Contact: Paulina Wakelam
       Main Address: www.summitlearningtrust.org.uk
       NUTS Code: UKG

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Summit Learning Trust (Erdington Hall) Oct 21, Categories 6 & 7            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of General and Deep Cleaning Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 83,605.63
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of General and Deep Cleaning Services

      II.2.5) Award criteria:
      Quality criterion - Name: Implementation / Weighting: 5
      Quality criterion - Name: Staff Management / Weighting: 15
      Quality criterion - Name: Staff Absence / Weighting: 10
      Quality criterion - Name: Service Delivery / Weighting: 15
      Quality criterion - Name: Training / Weighting: 5
      Quality criterion - Name: Performance Monitoring and Auditing / Weighting: 14
      Quality criterion - Name: Health and Safety / Weighting: 6
      Quality criterion - Name: Experience / Weighting: 5
      Quality criterion - Name: Complaints / Weighting: 15
      Quality criterion - Name: Added Value / Weighting: 5
      Quality criterion - Name: Environmental Considerations / Weighting: 5
                  
      Cost criterion - Name: Total price for the initial period / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 12/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 5
         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: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Tenon FM Limited, 02176652
             2nd Floor, No 1 Farriers Yard, 77-85 Fulham Palace Road, Hammersmith, London, W6 8AH, 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: 83,605.63          
         Total value of the contract/lot: 83,605.63
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=645975072

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 30/11/2021




UK-London: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Leonard Cheshire Disability, SC005117
       66 South Lambeth Road, London, SW8 1RL, United Kingdom
       Tel. +44 2032420200, Email: Procurement@leonardcheshire.org
       Contact: Debbie Wyness
       Main Address: www.leonardcheshire.org
       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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Leonard Cheshire Disability, Sep22, Cat 4            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The supply Cleaning Services - Catering Facilities

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 105,675
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation 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: The supply of Cleaning Services - Catering Facilities

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Experience / Weighting: 8.5
      Quality criterion - Name: Criterion 2 - Contract Mobilisation / Weighting: 7
      Quality criterion - Name: Criterion 3 - Staffing & Training / Weighting: 8.5
      Quality criterion - Name: Criterion 4 - Service Experience / Weighting: 6.5
      Quality criterion - Name: Criterion 5 - Quality Management / Weighting: 7.5
      Quality criterion - Name: Criterion 6 - Management Reporting / Weighting: 6
      Quality criterion - Name: Criterion 7 - Added Value / Weighting: 6
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 50
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 25/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MRB Cleaning Limited t/a Bay Cleaning Solutions, 07310503
             AVC House, 21 Northampton Lane, Swansea, SA1 4EH, United Kingdom
             NUTS Code: UKI
            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: 105,675          
         Total value of the contract/lot: 105,675
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=719382447

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 27/09/2022




UK-Solihull: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Solihull Community Housing, 04462630
       Endeavour House, Meriden Drive, Solihull, B37 6BX, United Kingdom
       Tel. +44 7824624277, Email: yewandeogundero@solihull.gov.uk
       Contact: Yewande Ogundero
       Main Address: https://www.solihullcommunityhousing.org.uk
       NUTS Code: UKG

   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: Solihull Community Housing, Jul 22, Cats 1,2,6,7,8,16,17,18&19            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: To provide Cleaning Services: Building Exterior, General, Deep, Specialist, Windows Internal & External

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,459,507.21
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: To provide Cleaning Services: Building Exterior, General, Deep, Specialist, Windows Internal & External

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & technical merit (as measured by the Tenderer’s response to the Quality Submission) / Weighting: 20
      Quality criterion - Name: Presentation & Interview / Weighting: 10
                  
      Cost criterion - Name: Price (as measured by the Tenderer’s response to the Schedule of Rates and Form of Tender within Section 1) / Weighting: 70
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 15/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pinnacle FM Limited, 01040529
             8th Floor Holborn Tower, 137-144 High Holborn, London, WC1V 6PL, United Kingdom
             NUTS Code: UKG
            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: 4,459,507.21          
         Total value of the contract/lot: 4,459,507.21
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705794877

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 18/07/2022




UK-Coventry: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Coventry University
       Priory Street, Coventry, CV1 5FB, United Kingdom
       Tel. +44 2477650965, Email: Ad9589@coventry.ac.uk
       Contact: Godfred Boakye-Srampa
       Main Address: https://www.coventry.ac.uk
       NUTS Code: UKG

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Coventry University, Oct22, Categories 10&15            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of Cleaning products and Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 469,560
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of Cleaning Products and Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 04/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             John Astley & Sons Limited, 00035885
             Renown Avenue, Coventry Business Park, Coventry, CV5 6UF, 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: 469,560          
         Total value of the contract/lot: 469,560
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=712014158

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 08/08/2022




UK-Exeter: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Exeter City Council
       Civic Centre, Paris Street, Exeter, EX1 1JN, United Kingdom
       Tel. +44 1392265247, Email: Heather.rowland@exeter.gov.uk
       Contact: Heather Rowland
       Main Address: www.exeter.gov.uk
       NUTS Code: UKK

   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 Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Exeter City Council, Aug22, Cats: 6,9,13,16,17,18&19            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The supply of Cleaning Services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 66,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: The supply of Cleaning Services.

      II.2.5) Award criteria:
      Quality criterion - Name: Methodology Statement / Weighting: 15
      Quality criterion - Name: Contract Management / Weighting: 15
      Quality criterion - Name: Staffing Requirements / Weighting: 10
      Quality criterion - Name: Implementation and Transition / Weighting: 10
      Quality criterion - Name: Social Value and Sustainability / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 07/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MC Exeter T/A Cobwebs, 05512051
             Unit 6, 6 Marsh Green Road, Marsh Barton, Exeter, EX2 8NY, United Kingdom
             NUTS Code: UKK
            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: 66,000          
         Total value of the contract/lot: 66,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=718957852

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 08/09/2022




UK-Devon: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Teignbridge District Council
       Forde House, Brunel Road, Newton Abbot, Devon, TQ12 4XX, United Kingdom
       Tel. +44 1626215120, Email: Rosanna.wilson@teignbridge.gov.uk
       Contact: Rosanna Wilson
       Main Address: www.teignbridge.gov.uk
       NUTS Code: UKK

   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: Yes

   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: Leonard District Council, Sep22, Cats 1,2,6,7,8,13,18&19            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: For the supply of Cleaning Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,639,585
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: For the supply of Cleaning Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Method Statement / Weighting: 25
      Quality criterion - Name: Criterion 2 - Experience / Weighting: 15
      Quality criterion - Name: Criterion 3 - Sustainability / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 - Preliminary Costs / Weighting: 22.5
      Cost criterion - Name: Criterion 2 - Site Costs / Weighting: 22.5
      Cost criterion - Name: Criterion 3 - Ad-hoc Costs / Weighting: 5
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 28/09/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Specialist Hygiene Services Ltd, 1388445
             9 Trade City, Brooklands Close, Sunbury on Thames, Middlesex, TW16 7FD, United Kingdom
             NUTS Code: UKK
            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: 2,639,585          
         Total value of the contract/lot: 2,639,585
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=724660214

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      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




UK-West Midlands: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       West Midlands Ambulance University Services NHS Trust
       Trust H Q, Millennium Point, Waterfront Business Park, Waterfront Way, Brierley Hill, West Midlands, DY5 1LX, United Kingdom
       Tel. +44 7824302752, Email: Leigh-ann.bullock@wmas.nhs.uk
       Contact: Leigh-Ann Bullock
       Main Address: www.wmas.nhs.uk
       NUTS Code: UKG

   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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law Central Purchasing Body

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: West Midlands Ambulance University Services NHS Trust, Sep22, Cat 12            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of Cleaning Services : Commercial Vehicle Cleaning - general & specialised (i.e. decontamination)

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of Cleaning Services : Commercial Vehicle Cleaning - general & specialised (i.e. decontamination)

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 / 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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 29/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Autosmart International Limited, 01395515
             Lynn Lane, Shenstone, Lichfield, WS14 0DH, 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: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=727542305

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 15/11/2022




UK-Chesterfield: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST
       Trust Headquarters, Brookdale Unit, Ash Green Learning Disability Centre, Ashgate Road, Ashgate, Chesterfield, S42 7JE, United Kingdom
       Tel. +44 7990861071, Email: Steven.comery@nhs.net
       Contact: Steven Comery
       Main Address: www.dchs.nhs.uk
       NUTS Code: UKF

   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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Derbyshire Community Health Services NHS Foundation Trust, Dec22, Cats 17,18&19            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Supply of Cleaning and Sanitations Services: Window Cleaning

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 131,110
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKF - EAST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      EAST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Supply of Cleaning and Sanitation Services : Window Cleaning

      II.2.5) Award criteria:
      Quality criterion - Name: Adherence to Specification / Weighting: 20
      Quality criterion - Name: Contracting and Performance / Weighting: 10
      Quality criterion - Name: Capacity and Capability / Weighting: 10
      Quality criterion - Name: Quality/Standards/CSR / Weighting: 10
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Pricing Schedule / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 22/12/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Professional Cleaning Services (UK) Limited, 04524314
             10 Ayncourt Road, North Wingfield, Chesterfield, S42 5NP, United Kingdom
             NUTS Code: UKF
            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: 131,110          
         Total value of the contract/lot: 131,110
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=747656066

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 05/01/2023




UK-Cheltenham: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Gloucestershire Managed Services, 11124256
       GMS Headquarters, Riverside House Annex, College Baths Road, Cheltenham, GL53 7QB, United Kingdom
       Tel. +44 3004222779, Email: Madeline.gittus@nhs.net
       Contact: Madeline Gittus
       Main Address: https://www.gloshospitals.nhs.uk/
       NUTS Code: UKK

   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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Gloucestershire Managed Services, Jan23, Cat10            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services : Cleaning Supplies

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 171,407.3
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services : Cleaning Supplies

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 - 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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 16/01/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Spot On Supplies (Cleaning and Packaging) Ltd, 01234451
             Elliot Road, Love Lane, Cirencester, GL7 1FH, United Kingdom
             NUTS Code: UKK
            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: 171,407.3          
         Total value of the contract/lot: 171,407.3
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=754376228

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 27/01/2023




UK-West Bromwich: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sandwell & West Birminham NHS Trust
       Lyndon, West Bromwich, B71 4HJ, United Kingdom
       Tel. +44 7896607624, Email: Kirk.Johnson1@nhs.net
       Contact: Kirk Johnson
       Main Address: https://www.swbh.nhs.uk/, Address of the buyer profile: https://www.swbh.nhs.uk/
       NUTS Code: UKG

   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: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Sandwell & West Birmingham NHS Trust, Cats 3&4, Feb 23            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services: Catering Facilities Cleaning - Commercial & Domestic

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 201,744
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services: Catering Facilities Cleaning - Commercial & Domestic

      II.2.5) Award criteria:
      Quality criterion - Name: Implementation of scope of services / Weighting: 5
      Quality criterion - Name: NHS service delivery and experience / Weighting: 10
      Quality criterion - Name: Site Risk Assessments / Weighting: 10
      Quality criterion - Name: Service Levels and Performance / Weighting: 15
      Quality criterion - Name: Operational Processes and Systems / Weighting: 15
      Quality criterion - Name: Health and Safety Policy and Procedures / Weighting: 5
                  
      Cost criterion - Name: Pricing Element 1 / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 20/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Fortis Hygiene and Maintenance Ltd, 09128661
             Earl Mill, Dowry Street, Oldham, OL8 2PF, 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: 201,744          
         Total value of the contract/lot: 201,744
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=764208418

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 01/03/2023




UK-Leeds: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Leeds Federated Housing Association Limited, LH0989
       Suite 5, The Tannery, 91 Kirkstall Road, Leeds, LS3 1HS, United Kingdom
       Tel. +44 7966885047, Email: Tony.horncastle@lfha.co.uk
       Contact: Tony Horncastle
       Main Address: https://www.lfha.co.uk/
       NUTS Code: UKE

   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: Leeds Federated Housing Association Ltd, May23, Cats 1,6,7,13&15            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System (DPS) for various Cleaning Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 374,474.72
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKE - YORKSHIRE AND THE HUMBER
   
      Main site or place of performance:
      YORKSHIRE AND THE HUMBER
             

      II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for various Cleaning Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Mobilisation / Weighting: 10
      Quality criterion - Name: Criterion 2 - Delivery of scheduled work / Weighting: 20
      Quality criterion - Name: Criterion 3 - Health & Safety / Weighting: 10
      Quality criterion - Name: Criterion 4 - GDPR / Weighting: 10
      Quality criterion - Name: Criterion 5 - Customer feedback & KPI’s / Weighting: 10
                  
      Cost criterion - Name: Criterion 1 / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 05/03/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Hi-Spec Facilities Services Ltd, 04373379
             20 Schooner Court, Crossways Business Park, Dartford, DA2 6NW, United Kingdom
             NUTS Code: UKE
            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: 374,474.72          
         Total value of the contract/lot: 374,474.72
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=791826182

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 21/07/2023




UK-Trowbridge: Cleaning and sanitation services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Selwood Housing Society Limited, 04168336
       Bryer Ash Business Park, Bradford Road, Trowbridge, BA14 8RT, United Kingdom
       Tel. +44 1225715971, Email: Darren.holloway@selwoodhousing.com
       Contact: Darren Holloway
       Main Address: https://www.selwoodhousing.com/
       NUTS Code: UKK

   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: Selwood Housing Society Ltd, Oct23, Cats 4,6&15            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90900000 - Cleaning and sanitation services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Dynamic Purchasing System for Cleaning Services

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 129,878.56
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90900000 - Cleaning and sanitation services.


      II.2.3) Place of performance
      Nuts code:
      UKK - SOUTH WEST (ENGLAND)
   
      Main site or place of performance:
      SOUTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: DPS Contract for Cleaning Services

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 - Price / Weighting: 40
            

      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: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2020/S 164-399649
      
   

   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: 09/10/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Direct Cleaning Services SW Ltd, 09889191
             The Old Post Office, 41-43 Market Place, Chippenham, SN15 3HR, United Kingdom
             Email: m.chaloner@direct-cleaning.com
             NUTS Code: UKK
            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: 129,878.56          
         Total value of the contract/lot: 129,878.56
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=820016251

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

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

   VI.5) Date of dispatch of this notice: 31/10/2023