Section one: Contracting authority
one.1) Name and addresses
Yorkshire Housing Limited
The Place, 2 Central Place
Leeds
LS10 1FB
YHTenders@yorkshirehousing.co.uk
Telephone
+44 1138256000
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
https://www.yorkshirehousing.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Yorkshire Housing Communal Cleaning Services
Reference number
10-22
two.1.2) Main CPV code
- 90911000 - Accommodation, building and window cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of the Contract is the provision cleaning services to Yorkshire Housing properties, including but not limited to:
•General needs properties
•Sheltered schemes
•Community centres
The scope of cleaning services shall include, but not be limited to:
•Entrance halls
•Landings
•Corridors
•Lobbies
•Staircases
•Balconies
•Internal glass and communal windows
•Internal and external communal entrance doors and glass
•Lifts
•Intake cupboards
•Dry risers
•Meter cupboards
•Communal lighting
•Litter and waste removal (including fly tipping)
•Internal bin stores
•Rubbish chutes
•Hopper heads
•Graffiti removal
•Removal of sharps and broken glass
•Kitchen areas
•Communal dining rooms
•Communal lounges
•Bathrooms
•Shower rooms
The cleaning services shall be delivered across the entire Yorkshire Housing operational area:
•North Yorkshire
•South Yorkshire
•East Yorkshire
•West Yorkshire
two.1.5) Estimated total value
Value excluding VAT: £3,550,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
- UKE4 - West Yorkshire
- UKE - Yorkshire and the Humber
- UKE1 - East Yorkshire and Northern Lincolnshire
- UKE2 - North Yorkshire
Main site or place of performance
South Yorkshire,West Yorkshire,YORKSHIRE AND THE HUMBER,East Yorkshire and Northern Lincolnshire,North Yorkshire
two.2.4) Description of the procurement
The scope of the Contract is the provision cleaning services to Yorkshire Housing properties, including but not limited to:
•General needs properties
•Sheltered schemes
•Community centres
The scope of cleaning services shall include, but not be limited to:
•Entrance halls
•Landings
•Corridors
•Lobbies
•Staircases
•Balconies
•Internal glass and communal windows
•Internal and external communal entrance doors and glass
•Lifts
•Intake cupboards
•Dry risers
•Meter cupboards
•Communal lighting
•Litter and waste removal (including fly tipping)
•Internal bin stores
•Rubbish chutes
•Hopper heads
•Graffiti removal
•Removal of sharps and broken glass
•Kitchen areas
•Communal dining rooms
•Communal lounges
•Bathrooms
•Shower rooms
The cleaning services shall be delivered across the entire Yorkshire Housing operational area:
•North Yorkshire
•South Yorkshire
•East Yorkshire
•West Yorkshire
The full list of properties within the scope of this Contract are set out in the Property Schedule and Pricing Document, located in the Yorkshire Housing Delta e-tendering portal as a separate document.
Yorkshire Housing intends to appoint a single Contract for the entire scope of Services. The Contract will not be divided into smaller lots.
It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 years, with the option to extend for 1 additional year plus 1 further year, giving a maximum period of 5 years.
The key objectives associated with the Contract are:
•Delivering high performance
•Delivering a quality service
•Maintaining high hygiene standards
•Delivering customer satisfaction and engagement
•Achieving health and safety compliance
•Maintaining professional boundaries with Yorkshire Housing residents
•Delivering measurable and sustainable social value
•Reducing the environmental impact associated with the delivery of the services and contributing towards net carbon zero
Further details of the Contract are set out in the Contract Documents located on the Yorkshire Housing Delta e-tendering portal. Applicants are strongly advised to read these to familiarise themselves with Yorkshire Housing’s requirements prior to submitting their ITT.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 years, with the option to extend for 1 additional year plus 1 further year, giving a maximum period of 5 years.
Subject to the contract running to the maximum period of 5 years, the contract shall be renewed 5 years from contract award.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
The top 6 scoring Applicants submitting a Selection Questionnaire (out of those who pass all the Pass/Fail questions) will be invited to participate in the ITT stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is envisaged that the Contract with the Successful Bidder shall last for an initial period of 3 years, with the option to extend for 1 additional year plus 1 further year, giving a maximum period of 5 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/X689K668NZ
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
As set out in the procurement documents
Minimum level(s) of standards possibly required
As set out in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to the contract running to the maximum period of 5 years, the contract shall be renewed 5 years from contract award.
six.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.
This tender is being administered on behalf of Yorkshire Housing Limited by Clarity Procurement Solutions Limited.
Potential Applicants wishing to participate in this tender opportunity are requested to:
Download and read the Invitation to Tender Document and supporting appendices to familiarise yourselves with Yorkshire Housing's requirements
Download and read the Selection Questionnaire Instructions and Guidance Document
Download and complete the Selection Questionnaire Document
Submit a completed Selection Questionnaire Document in accordance with the Selection Questionnaire Instructions, noting the submission deadline of 14:00 hours on 14/02/2022
Potential Applicants must not complete or submit the Invitation to Tender Document and supporting appendices at this stage
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X689K668NZ
GO Reference: GO-2022114-PRO-19501110
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Yorkshire Housing will enter into the contract following a minimum 10 calendar day standstill period, starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London
Country
United Kingdom