Section one: Contracting authority
one.1) Name and addresses
Bromford Housing Group Limited
One Exchange Court, Brabourne Avenue
Wolverhampton
WV10 6AU
Contact
Central Procurement Team
Procurement.Team@bromford.co.uk
Telephone
+44 7436810486
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Opportunities/Index
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Opportunities/Index
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
Invitation to Tender for the Supply of Void Property Services - Security, Cleansing, Clearance and associated services
Reference number
DN509730
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Bromford Housing Group Limited, (Parent of the Group) as a central purchasing body on behalf of itself and any of its current or future entities and subsidiaries (together “Bromford”) wishes to invite interested organisations (“Potential Suppliers”) to participate in a procurement process to award a Contract for the Supply of Void Property Services – Security, Cleansing, Clearance and associated services.
Bromford regularly has to make secure and undertake clearance and cleansing of void properties (including occasional lofts, cellars, garages and gardens) for approximately 3,000 properties each year across its operating geography.
The majority of this work is undertaken in-house. However, on some properties the services of a specialist security, clearance and cleansing provider are required due to the necessity for securing the premises to avoid damage and theft, the volume of clearance required and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles and the presence of pests such as rodents and the high degree of cleaning required to be undertaken before the property can be re-let.
two.1.5) Estimated total value
Value excluding VAT: £722,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Void Property Services in the Staffordshire & Marches loaclity
Lot No
1
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 90513100 - Household-refuse disposal services
- 90911100 - Accommodation cleaning services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
two.2.4) Description of the procurement
Bromford require the services of a Void specialist security, clearance and cleansing provider in the specified geography. They will be required for (including but not limited to) securing the premises to avoid damage and theft, the volume of clearance required and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles and the presence of pests such as rodents and the high degree of cleaning required to be undertaken before the property can be re-let.
The key outputs are as follows:
• Entering into a Contract for the supply of Void Property Cleaning and Clearance services for all domestic and commercial properties owned and/or managed by Bromford.
• Price certainty for each job through application of agreed fixed schedule of rates that meet operational needs.
• Fixed prices for the initial 12 months of the Contract with price reviews aligned with the annual anniversary for extension, providing a mechanism with which to negotiate capped in line with RPI.
• Efficient void turnaround times maximising revenue for Bromford.
• Lean solution to call-off defined void property cleaning and clearance requirements with agreed service levels and terms & conditions.
• Opportunity to develop working relationship with formally appointed Supplier/s that supports efficient value-add Contract management and affords the opportunity to identify further efficiencies, better methods of working and innovation.
• Clear and relevant KPI’s with Supplier performance expectations set out in the Specification with KPI’s against which measurement and reporting will be monitored, along with obligation to collate and report on usage to develop trend management information.
• The Supplier/s must be able to deliver the services 7 days a week (including Bank Holidays.)
two.2.5) Award criteria
Quality criterion - Name: Quality element (fully specified in ITT documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £209,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
After the initial 12 month term of the Contract, there is an option to extend annually for up to 3 consecutive periods of 12 months .
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Void Property Services in the Central loaclity
Lot No
2
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 90513100 - Household-refuse disposal services
- 90911100 - Accommodation cleaning services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
- UKG3 - West Midlands
two.2.4) Description of the procurement
Bromford require the services of a Void specialist security, clearance and cleansing provider in the specified geography. They will be required for (including but not limited to) securing the premises to avoid damage and theft, the volume of clearance required and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles and the presence of pests such as rodents and the high degree of cleaning required to be undertaken before the property can be re-let.
The key outputs are as follows:
• Entering into a Contract for the supply of Void Property Cleaning and Clearance services for all domestic and commercial properties owned and/or managed by Bromford.
• Price certainty for each job through application of agreed fixed schedule of rates that meet operational needs.
• Fixed prices for the initial 12 months of the Contract with price reviews aligned with the annual anniversary for extension, providing a mechanism with which to negotiate capped in line with RPI.
• Efficient void turnaround times maximising revenue for Bromford.
• Lean solution to call-off defined void property cleaning and clearance requirements with agreed service levels and terms & conditions.
• Opportunity to develop working relationship with formally appointed Supplier/s that supports efficient value-add Contract management and affords the opportunity to identify further efficiencies, better methods of working and innovation.
• Clear and relevant KPI’s with Supplier performance expectations set out in the Specification with KPI’s against which measurement and reporting will be monitored, along with obligation to collate and report on usage to develop trend management information.
• The Supplier/s must be able to deliver the services 7 days a week (including Bank Holidays.)
two.2.5) Award criteria
Quality criterion - Name: Quality element (fully specified in ITT documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £209,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
After the initial 12 month term of the Contract, there is an option to extend annually for up to 3 consecutive periods of 12 months .
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Void Property Services in the Gloucestershire loaclity
Lot No
3
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 90513100 - Household-refuse disposal services
- 90911100 - Accommodation cleaning services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
Bromford require the services of a Void specialist security, clearance and cleansing provider in the specified geography. They will be required for (including but not limited to) securing the premises to avoid damage and theft, the volume of clearance required and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles and the presence of pests such as rodents and the high degree of cleaning required to be undertaken before the property can be re-let.
The key outputs are as follows:
• Entering into a Contract for the supply of Void Property Cleaning and Clearance services for all domestic and commercial properties owned and/or managed by Bromford.
• Price certainty for each job through application of agreed fixed schedule of rates that meet operational needs.
• Fixed prices for the initial 12 months of the Contract with price reviews aligned with the annual anniversary for extension, providing a mechanism with which to negotiate capped in line with RPI.
• Efficient void turnaround times maximising revenue for Bromford.
• Lean solution to call-off defined void property cleaning and clearance requirements with agreed service levels and terms & conditions.
• Opportunity to develop working relationship with formally appointed Supplier/s that supports efficient value-add Contract management and affords the opportunity to identify further efficiencies, better methods of working and innovation.
• Clear and relevant KPI’s with Supplier performance expectations set out in the Specification with KPI’s against which measurement and reporting will be monitored, along with obligation to collate and report on usage to develop trend management information.
• The Supplier/s must be able to deliver the services 7 days a week (including Bank Holidays.)
two.2.5) Award criteria
Quality criterion - Name: Quality element (fully specified in ITT documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £152,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
After the initial 12 month term of the Contract, there is an option to extend annually for up to 3 consecutive periods of 12 months .
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Void Property Services in the West Of England locality
Lot No
4
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 90513100 - Household-refuse disposal services
- 90911100 - Accommodation cleaning services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
Bromford require the services of a Void specialist security, clearance and cleansing provider in the specified geography. They will be required for (including but not limited to) securing the premises to avoid damage and theft, the volume of clearance required and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles and the presence of pests such as rodents and the high degree of cleaning required to be undertaken before the property can be re-let.
The key outputs are as follows:
• Entering into a Contract for the supply of Void Property Cleaning and Clearance services for all domestic and commercial properties owned and/or managed by Bromford.
• Price certainty for each job through application of agreed fixed schedule of rates that meet operational needs.
• Fixed prices for the initial 12 months of the Contract with price reviews aligned with the annual anniversary for extension, providing a mechanism with which to negotiate capped in line with RPI.
• Efficient void turnaround times maximising revenue for Bromford.
• Lean solution to call-off defined void property cleaning and clearance requirements with agreed service levels and terms & conditions.
• Opportunity to develop working relationship with formally appointed Supplier/s that supports efficient value-add Contract management and affords the opportunity to identify further efficiencies, better methods of working and innovation.
• Clear and relevant KPI’s with Supplier performance expectations set out in the Specification with KPI’s against which measurement and reporting will be monitored, along with obligation to collate and report on usage to develop trend management information.
• The Supplier/s must be able to deliver the services 7 days a week (including Bank Holidays.)
two.2.5) Award criteria
Quality criterion - Name: Quality element (fully specified in ITT documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £152,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
After the initial 12 month term of the Contract, there is an option to extend annually for up to 3 consecutive periods of 12 months .
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Please see the published ITT for full evaluation details.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the published ITT for full evaluation details.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
17 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 March 2021
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom