Opportunity

Yorkshire Housing Communal Cleaning Services

  • Yorkshire Housing Limited

F02: Contract notice

Notice reference: 2022/S 000-001187

Published 14 January 2022, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

Yorkshire Housing Limited

The Place, 2 Central Place

Leeds

LS10 1FB

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Accommodation%2C-building-and-window-cleaning-services./X689K668NZ

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:

https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Accommodation%2C-building-and-window-cleaning-services./X689K668NZ

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