Opportunity

Worthing Homes Cleaning Services Contract

  • Worthing Homes Limited

F02: Contract notice

Notice reference: 2022/S 000-029996

Published 25 October 2022, 8:49am



Section one: Contracting authority

one.1) Name and addresses

Worthing Homes Limited

Davison House, North St

Worthing

BN11 1ER

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.worthing-homes.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.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

Worthing Homes Cleaning Services Contract

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

Cleaning Services to blocks and schemes owned and managed by Worthing Homes Limited. The estimated annual value is 285,000.00 GBP.It is intended that the contract will commence in August 2023 and subject to annual reviews, run for a period of five years with the option for renewal for an extension of up to a further three years.The maximum duration of the contract is therefore eight years.The total contract value within this notice is therefore subject to review and is not guaranteed. The total contract is also subject to inflation.

two.1.5) Estimated total value

Value excluding VAT: £2,280,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

Schemes and sites owned and managed by Worthing Homes.

two.2.4) Description of the procurement

The services required by the contract, include but are not restricted to:

- The cleaning of the internal communal areas of housing blocks and making sure they are free of litter;

- The cleaning of any communal furniture in communal areas, particularly in Sheltered Schemes;

- Ensuring that the external communal areas are kept clean, litter & detritus free;

- Specialist cleaning to some other individual schemes including those housing elderly residents, sheltered and supported housing and those in need of extra support;

- Some ancillary cleaning and other associated duties;

- The removal of bulk refuse and fly tipping (includes items such as black bags, refuse sacks, small pieces of furniture) from inside and outside residential blocks;

- Other site-based tasks that may be carried out on a regular basis to certain properties

two.2.5) Award criteria

Quality criterion - Name: Technical submission / Weighting: 40

Quality criterion - Name: Interview / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,280,000

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

It is intended that the contract will commence in August 2023, and subject to annual reviews, run for a period of five years with the option for renewal, as decided by WH, for an extension of up to a further three years. The maximum duration of the contract is therefore eight years. The total contract value in this notice is subject to review and therefore not guaranteed.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

As stated in the procurement documents.

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

As stated in the procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

23 November 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 January 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: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227737.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227737)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W22LL

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W22LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A2AS

Country

United Kingdom