Section one: Contracting authority
one.1) Name and addresses
Peabody
Minster Court, 45-47 Westminster Bridge Road
London
SE1 7JB
patric.lemagnen@peabody.org.uk
Telephone
+44 2038284233
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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 electronically via
https://www.delta-esourcing.com/tenders/UK-title/XKR4832ARD
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
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”) is seeking to appoint single provider to provide various soft FM service streams, including cleaning, waste disposal and washroom services across the corporate estate.
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
two.1.6) Information about lots
This contract is divided into lots: No
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”) is seeking to appoint 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
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: £2,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The duration of the Contract will be for 36 months with 2 annual options to extend by a further 12 months, up to a maximum 5 years total contract term, subject to Peabody’s requirements and the performance of the successful provider.
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.1.2) 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
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
30 June 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
30 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 12-18 months prior to the conclusion of this contract.
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.
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/XKR4832ARD
GO Reference: GO-2021528-PRO-18316376
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
London
Country
United Kingdom