Contract

Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate

  • Peabody

F03: Contract award notice

Notice identifier: 2022/S 000-003033

Procurement identifier (OCID): ocds-h6vhtk-02b6c0

Published 2 February 2022, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Peabody

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Contact

Chengetai Garaiza

Email

chengetai.garaiza@peabody.org.uk

Telephone

+44 2038284233

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.peabody.org.uk/

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

Soft FM, including Cleaning and Washroom Services, Waste Disposal and Pest Control for the Peabody Trust’s Corporate Estate

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Peabody Trust (“Peabody”) was seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,400,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Peabody Trust (“Peabody”) was seeking to appoint a single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.

Services could include some or all of the following:

•Daily cleaning to be undertaken outside of normal office/centre operating hours 07:30 – 18:30

•Day janitor to maintain common areas including; kitchens, toilets, entrance and exit routes and all high touch areas 10:00 – 15:00

•Consumables included to be ensure a sufficient supply for usage of building

•Washroom services:

Feminine hygiene bins in all mixed use, disabled and female toilets , frequency determined by occupation

Air-freshener to be installed in all toilet lobby or cubicle, reception and stairwell lobby’s

Urinal pods where applicable

Vending machines in ground/1st floor disabled toilets

•PPM cleaning to include;

Hard and Soft floor surfaces – frequency 6 monthly

• Hard Flooring - Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames

•Soft Flooring - Where required, remove any carpet stains, chewing gum, blue tac or any other irregular cleaning requirements, use deep carpet cleaner

Toilet deep cleans – frequency 3 monthly

•Toilets -Flooring vinyl, tiled and hard flooring sweep hand scrub, including junctions, corners and bottom of door frames, descale toilet, cisterns and associated pipe work and fittings, Descale sink, shower / bath, shower trays, shower screen, tiles, plug holes and associated pipe work and fittings, clear hair trap in showers, dust and clean light fittings

Kitchen deep clean – frequency 3 monthly

IT equipment – frequency 3 monthly

•IT equipment - wipe all keyboards, utilise air duster to remove any dust particles between the keys.

•PPM window Cleaning

Internals – frequency 6 monthly

External ground floor – frequency monthly

External above ground floor – frequency 6 monthly

•PPM Pest control

Monthly pest management visits

6 monthly flea treatment

two.2.5) Award criteria

Quality criterion - Name: 8.1.1 / Weighting: 5%

Quality criterion - Name: 8.1.2 / Weighting: 5%

Quality criterion - Name: 8.1.3 / Weighting: 8%

Quality criterion - Name: 8.1.4 / Weighting: 12%

Quality criterion - Name: 8.1.5 / Weighting: 12%

Quality criterion - Name: 8.1.6 / Weighting: 8%

Quality criterion - Name: 8.1.8 / Weighting: 20%

Price - Weighting: 30%

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-012110


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 August 2021

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 4

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: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Wetton Cleaning Services Limited

Estate House, 2 Pembroke Road, Sevenoaks

Kent

TN13 1 XR.

Telephone

+44 2072372007

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
National registration number

00473038

Internet address

https://www.wettons.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,400,000

Total value of the contract/lot: £2,400,000


Section six. Complementary information

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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663013951

GO Reference: GO-202222-PRO-19575014

six.4) Procedures for review

six.4.1) Review body

The Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

London

Country

United Kingdom