Sovereign Network Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Estate Services |
Notice type: | Contract Notice |
Authority: | Sovereign Network Homes |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties. Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services. The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total. The contract will be split into 7 lots based on geographical areas. Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value. |
Published: | 08/09/2017 16:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
Tel. +44 20807824854, Email: procurement@networkhomes.org.uk
Contact: Linda Lally
Main Address: https://www.networkhomes.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Cleaning-services./UA523372U8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Estate Services
Reference Number: Not provided
II.1.2) Main CPV Code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services.
The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total.
The contract will be split into 7 lots based on geographical areas.
Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Estate Services - London Boroughs of Brent and Harrow
Lot No: 1
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
77314000 - Grounds maintenance services.
90690000 - Graffiti removal services.
90918000 - Bin-cleaning services.
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.
Lot 1 covers properties in London Boroughs of Brent & Harrow, In lot 1 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).
Our head office at Olympic Office Centre in Wembley is also included in this lot.
Geographically Brent & Harrow are seen as our core Boroughs as they hold the bulk of our stock. This lot will cover xxx properties. NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove properties from this contract during the contract period.
In lot 1, we have a high number of densely populated and high profile estates, some with dedicated neighborhood management staff on site. Lot 1 also includes the majority of our sheltered schemes and we have approx 700 units of key worker accommodation at Northwick Park.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
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: 12,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: 2 possible renewals.
Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Estate Services for all other London Boroughs (excl. Brent Harrow & Barnet)
Lot No: 2
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
77314000 - Grounds maintenance services.
90690000 - Graffiti removal services.
90918000 - Bin-cleaning services.
90500000 - Refuse and waste related services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.
Lot 2 covers properties in all other London Boroughs excluding Brent, Harrow & Barnet. There are approx xxx properties in this lot.
Lot 2 includes a high number of dispersed sites across London which generally do not have any on site staff. There are a small number of sheltered sites within Lot 2.
We also have Private rented properties (PRO properties), we have approximately 600 units of shared cluster-style accommodation in east London, in Hackney and Islington.
The successful contractor will have to demonstrate the robustness of their management structure to resource visits to each site on a daily/ weekly basis to ensure high standards are being maintained across a large geographical area.
The contractor must also be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
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: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: 2 possible renewals.
Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ Documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: All of London - Combined Lot
Lot No: 3
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.
Lot 3 covers properties across London (excluding Barnet), This is a combined lot covering all properties in Lot 1 & Lot 2. In lot 3 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).
The successful contractor will have to demonstrate the capability of their management organisation and their capacity to deliver the services required across a large geographical area.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
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: 18,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: 2 possible renewals.
This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4
II.2.1) Title: Internal & External Cleaning Services
Lot No: 4
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
This lot does not include grounds maintenance services.
The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.
NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: 2 possible renewals.
This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5
II.2.1) Title: Grounds Maintenance - Hertford
Lot No: 5
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide a grounds maintenance service contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
This lot does not include cleaning services.
The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.
A significant amount of the sites are ex local authority where whole estates were transferred to Network Homes. Combined with the geographical locations, this gives rise to some extensive grounds maintenance liabilities in Lot 5, particularly around grass cutting and shrub maintenance. There is also very often split responsibilities between Network Homes and retained Parish, District and County Council obligations.
There are also a number of sheltered schemes in Lot 5 which also have extensive grounds maintenance requirements.
NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6
II.2.1) Title: Estate Services - Combined lot Hertford & Out of London
Lot No: 6
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.
This is a combined lot and covers the properties in lots 4 & 5.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: 2 possible renewals
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7
II.2.1) Title: SW9 Cleaning
Lot No: 7
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: SW9 is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, leasehold, shared ownership and sheltered properties.
Cleaning will include internal and external cleaning, window cleaning services, bulk waste removal and graffiti removal services.
Lot 7 covers the Stockwell Park and Robsart Village estates, both in SW9 with a combined stock of over 1500 properties and over 20 blocks of varying sizes, including a high rise block of 20 floors.
SW9 are the housing management organisation for the Stockwell Park Estate, who manage the day-to-day housing services on behalf of the landlord -who is the parent company, Network Homes.
SW9 are considering setting up a DLO arrangement for their cleaning services, the contract term for the SW9 lot is therefore different to other lots. The SW9 contract term is 3 years plus further extensions of up to 7 years (10 years maximum).
This lot may or may not be awarded, If it awarded the Contract will be in the name of SW9.
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: 3,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals: The SW9 contract term is 3 years, plus 2 years and then 5 x 1 year further annual extensions, of up to 10 years maximum
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: As stated in the SQ documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The SW9 contract term is 3 years plus 2 years and then 5 x 1 further annual extensions of up to 10 years maximum.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 09/10/2017 Time: 12:00
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:
Duration in month(s): 6
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
In accordance with the Public Contracts Regulations 2015, the Tender Documents are available on this portal, however only the SQ is required to be returned at this stage. Your attention is drawn however to the specification requirements in Appendix B of the tender documents which specifies the service required, so that potential bidders can ensure that they are willing and able to provide both the information and the services required and demonstrate this if invited to tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wembley:-Cleaning-services./UA523372U8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UA523372U8
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Courts of Justice, The, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right to appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to The High court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The High Court
Royal Courts Of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 08/09/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
SW9 Community Housing
6 Stockwell Park Walk,, London, SW9 0FG, United Kingdom
Email: procurement@networkhomes.org.uk
Main Address: https://www.sw9.org.uk
NUTS Code: UKI
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Network Homes
Olympic Office Centre, 8 Fulton Road, Wembley, HA9 0NU, United Kingdom
Tel. +44 20807824854, Email: procurement@networkhomes.org.uk
Contact: Linda Lally
Main Address: https://www.networkhomes.org.uk
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: Yes
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: Estate Services
Reference number: Not Provided
II.1.2) Main CPV code:
90910000 - Cleaning services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste, graffiti removal and ground maintenance services.
The contract is for 5 years, with the potential of 2 further extensions of 3+2 years, giving a total potential contract length of 10 years in total.
The contract will be split into 7 lots based on geographical areas.
Contractors can be awarded one or more lots, one contractor can win all lots. If one contractor is awarded all lots we will expect the successful contractor to be able to demonstrate significant cost savings based on the total contract value.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 28,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Estate Services - London Boroughs of Brent and Harrow
Lot No:1
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
77314000 - Grounds maintenance services.
90690000 - Graffiti removal services.
90918000 - Bin-cleaning services.
90500000 - Refuse and waste related 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: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.
Lot 1 covers properties in London Boroughs of Brent & Harrow, In lot 1 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).
Our head office at Olympic Office Centre in Wembley is also included in this lot.
Geographically Brent & Harrow are seen as our core Boroughs as they hold the bulk of our stock. This lot will cover xxx properties. NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove properties from this contract during the contract period.
In lot 1, we have a high number of densely populated and high profile estates, some with dedicated neighborhood management staff on site. Lot 1 also includes the majority of our sheltered schemes and we have approx 700 units of key worker accommodation at Northwick Park.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Estate Services for all other London Boroughs (excl. Brent Harrow & Barnet)
Lot No:2
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
77314000 - Grounds maintenance services.
90690000 - Graffiti removal services.
90918000 - Bin-cleaning services.
90500000 - Refuse and waste related 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: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.
Lot 2 covers properties in all other London Boroughs excluding Brent, Harrow & Barnet. There are approx xxx properties in this lot.
Lot 2 includes a high number of dispersed sites across London which generally do not have any on site staff. There are a small number of sheltered sites within Lot 2.
We also have Private rented properties (PRO properties), we have approximately 600 units of shared cluster-style accommodation in east London, in Hackney and Islington.
The successful contractor will have to demonstrate the robustness of their management structure to resource visits to each site on a daily/ weekly basis to ensure high standards are being maintained across a large geographical area.
The contractor must also be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Initial contract period is for 5 years, with the option to extend by a further 5 years, (extensions will be 3 years + 2 years) depending upon performance. Maximum contract = 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:All of London - Combined Lot
Lot No:3
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
77314000 - Grounds maintenance 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: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, bulk waste removal, graffiti removal and ground maintenance services.
Lot 3 covers properties across London (excluding Barnet), This is a combined lot covering all properties in Lot 1 & Lot 2. In lot 3 we have a variety of different stock tenures, including General Needs, Leasehold, Sheltered and Private Rented Properties (PRO).
The successful contractor will have to demonstrate the capability of their management organisation and their capacity to deliver the services required across a large geographical area.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Internal & External Cleaning Services
Lot No:4
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
This lot does not include grounds maintenance services.
The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.
NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 5)
II.2.1) Title:Grounds Maintenance - Hertford
Lot No:5
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Description of procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide a grounds maintenance service contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
This lot does not include cleaning services.
The properties are predominantly in Market Town, Semi Rural and Rural locations. The bulk of the stock is within East Hertfordshire and is centred around the main towns of Hertford and Ware. There are smaller clusters of accommodation in St Albans, Milton Keynes, Biggleswade, and other parts of Hertfordshire. There are also a small number of properties in Watford and LB Barnet and other out of London areas.
A significant amount of the sites are ex local authority where whole estates were transferred to Network Homes. Combined with the geographical locations, this gives rise to some extensive grounds maintenance liabilities in Lot 5, particularly around grass cutting and shrub maintenance. There is also very often split responsibilities between Network Homes and retained Parish, District and County Council obligations.
There are also a number of sheltered schemes in Lot 5 which also have extensive grounds maintenance requirements.
NH's have a large development programme, we are aiming to develop 1000 properties per year for the next 5 years across our whole stock porfolio, NH's may add or remove sites from this contract during the contract period.
The contractor must be able to demonstrate experience of working across tenures and must be able to differentiate and respond to the varied needs of our residents.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 6)
II.2.1) Title:Estate Services - Combined lot Hertford & Out of London
Lot No:6
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning services.
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Network Homes (NH’s) is inviting expressions of interest from suitably experienced and qualified service providers to provide an estate services contract to communal areas in general rented, sheltered schemes, shared ownership, key worker accommodation and leasehold properties.
Estate Services will broadly comprise internal and external cleaning, window cleaning services, graffiti removal, bulk waste and ground maintenance services.
This is a combined lot and covers the properties in lots 4 & 5.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:This is a 5 year contract with the option to extend up to a further 5 years (2+3 years) depending upon performance. Maximum contract = 10 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 7)
II.2.1) Title:SW9 Cleaning
Lot No:7
II.2.2) Additional CPV code(s):
90911000 - Accommodation, building and window cleaning services.
90690000 - Graffiti removal services.
90500000 - Refuse and waste related services.
90918000 - Bin-cleaning 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: SW9 is inviting expressions of interest from suitably experienced and qualified service providers to provide an internal and external cleaning service to communal areas in general rented, leasehold, shared ownership and sheltered properties.
Cleaning will include internal and external cleaning, window cleaning services, bulk waste removal and graffiti removal services.
Lot 7 covers the Stockwell Park and Robsart Village estates, both in SW9 with a combined stock of over 1500 properties and over 20 blocks of varying sizes, including a high rise block of 20 floors.
SW9 are the housing management organisation for the Stockwell Park Estate, who manage the day-to-day housing services on behalf of the landlord -who is the parent company, Network Homes.
SW9 are considering setting up a DLO arrangement for their cleaning services, the contract term for the SW9 lot is therefore different to other lots. The SW9 contract term is 3 years plus further extensions of up to 7 years (10 years maximum).
This lot may or may not be awarded, If it awarded the Contract will be in the name of SW9.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:The SW9 contract term is 3 years plus 2 years and then 5 x 1 further annual extensions of up to 10 years maximum.
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: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Brent & Harrow
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Rest of London
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: All of London
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/05/2018
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
Pinnacle Housing Ltd
1st Floor, 6 St Andrew Street, Holborn, London, EC4A 3AE, United Kingdom
NUTS Code: UKI
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: Not Provided
Total value of the contract/lot: 22,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Cleaning - Hertford & out of London
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Grounds Maintenance - Hertford & Out of London
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Estate Services - Hertford & Out of London
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/05/2018
V.2.2) Information about tenders
Number of tenders received: 5
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: 0
Number of tenders received from tenderers from non-EU Member States: 0
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)
New Green Services Ltd
Unit A5, Weltech Business Centre, Ridgeway, Welwyn Garden City, Hertfordshire, AL7 2AA, United Kingdom
NUTS Code: UKH23
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: 5,750,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: 7
Title: SW9 - Estate Cleaning
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2017 - 299660
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
In accordance with the Public Contracts Regulations 2015, the Tender Documents are available on this portal, however only the SQ is required to be returned at this stage. Your attention is drawn however to the specification requirements in Appendix B of the tender documents which specifies the service required, so that potential bidders can ensure that they are willing and able to provide both the information and the services required and demonstrate this if invited to tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=379809764
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Courts of Justice, The, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to tenderers of the authority's intended award decision. There is no right to appeal to the contracting authority and instead the UK Public Contract Regulations 2015 provide for an aggrieved party to apply to The High court of England and Wales concerning any alleged breach unless an extension is agreed by the Courts. Full information regarding appeals can be obtained from the body responsible for the appeal procedure detailed in V1.4.1
VI.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Courts Of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 26/02/2019
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
SW9 Community Housing
6 Stockwell Park Walk,, London, SW9 0FG, United Kingdom
Email: procurement@networkhomes.org.uk
Main Address: https://www.sw9.org.uk
NUTS Code: UKI