Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
High Street Civic Centre
Uxbridge
UB8 1UW
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
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
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cleaning Service for the Civic Centre and other Corporate Properties 2024
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
12 The London Borough of Hillingdon (Hillingdon) is seeking a suitably experienced Contractor to provide a comprehensive, efficient, and cost effective cleaning service to the Civic Centre (approx 27,272m2) and circa 70 additional buildings, complexes and other facilities located across the Borough including but not limited to libraries, office blocks, cemeteries, day centres, residential homes and other facilities open to the general public.
The service will comprise of but is not limited to the following:
• Internal cleaning (including scheduled, reactive & periodic)
• Window cleaning
• Porter / Caretaker services
Each location will have its own unique requirements and cleaning program with some sites requiring staff to undergo an enhanced DBS check.
As a prerequisite for this proposed contract, applicants must have the capabilities, qualifications and resources to deliver these services in accordance with industry best practice and BICSc standards or equivalent.
The buildings generally have a combination of areas that are open to the general public and areas which are accessible to staff only. These buildings will all be subject to various security arrangements.
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
Whilst Participants have been provided with the ITT documentation with this SQ, they are not required to complete and submit an ITT submission with their SQ response. All ITT documentation and information is in draft form, subject to change and provided for information purposes only.
TUPE regulations will apply under this contract. The Council will provide bidders with information in regards to any of the incumbent Contractors or existing Council staff that may be subject to TUPE (Transfer of Undertakings (Protection of Employment) Regulations) under this contract.
Where staff are subject to any TUPE transfer and are members of the Local Government Pension Scheme (LGPS) the successful Contractor will be required to enter into an Admission Agreement with the LGPS which will stipulate the Bond requirements and Employers Contribution rates.
The Contract
The form of contract will be Hillingdon's own standard Term and Conditions as set out in the ITT pack
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
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
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
London Borough of Hillingdon
two.2.4) Description of the procurement
12 The London Borough of Hillingdon (Hillingdon) is seeking a suitably experienced Contractor to provide a comprehensive, efficient, and cost effective cleaning service to the Civic Centre (approx 27,272m2) and circa 70 additional buildings, complexes and other facilities located across the Borough including but not limited to libraries, office blocks, cemeteries, day centres, residential homes and other facilities open to the general public.
The service will comprise of but is not limited to the following:
• Internal cleaning (including scheduled, reactive & periodic)
• Window cleaning
• Porter / Caretaker services
Each location will have its own unique requirements and cleaning program with some sites requiring staff to undergo an enhanced DBS check.
As a prerequisite for this proposed contract, applicants must have the capabilities, qualifications and resources to deliver these services in accordance with industry best practice and BICSc standards or equivalent.
The buildings generally have a combination of areas that are open to the general public and areas which are accessible to staff only. These buildings will all be subject to various security arrangements.
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
Whilst Participants have been provided with the ITT documentation with this SQ, they are not required to complete and submit an ITT submission with their SQ response. All ITT documentation and information is in draft form, subject to change and provided for information purposes only.
TUPE regulations will apply under this contract. The Council will provide bidders with information in regards to any of the incumbent Contractors or existing Council staff that may be subject to TUPE (Transfer of Undertakings (Protection of Employment) Regulations) under this contract.
Where staff are subject to any TUPE transfer and are members of the Local Government Pension Scheme (LGPS) the successful Contractor will be required to enter into an Admission Agreement with the LGPS which will stipulate the Bond requirements and Employers Contribution rates.
The Contract
The form of contract will be Hillingdon's own standard Term and Conditions as set out in the ITT pack
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: £9,000,000
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
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As detailed in the SQ document available at www.capitalesourcing
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance.
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
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
10 August 2023
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 August 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 - 5 years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and / or abandon this procurement exercise at any time and / or award a contract for part of the services at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and / or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicants / tenderers risk.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
London Borough of Hillingdon
Civic Centre, High Street
Uxbridge
UB8 1UW
Country
United Kingdom