Tender

Invitation to Tender for the Supply of Void Property Services - Security, Cleansing, Clearance and associated services

  • Bromford Housing Group Limited

F02: Contract notice

Notice identifier: 2021/S 000-002716

Procurement identifier (OCID): ocds-h6vhtk-029203

Published 10 February 2021, 2:12pm



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

Email

Procurement.Team@bromford.co.uk

Telephone

+44 7436810486

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.bromford.co.uk/

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