Section one: Contracting authority
one.1) Name and addresses
Walsall Housing Group Limited (whg)
100 Hatherton Street
Walsall
WS1 1AB
Contact
Mrs Louise Green
Telephone
+44 3005556666
Country
United Kingdom
Region code
UKG - West Midlands (England)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
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/
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
Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services
Reference number
DN735228
two.1.2) Main CPV code
- 90911200 - Building-cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. Please note: ONLY use the Opt Out function if you do not intend to bid for any of the 3 Lots. For example, if you wish to bid for Lot 2 but not Lot 1 or Lot 3, do not use the opt out button.
The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033.
The successful bidder will be expected to obtain the following insurances if not already held:
Employer’s Liability £10m; Public Liability £10m; Product Liability £10m.
Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure.
two.1.5) Estimated total value
Value excluding VAT: £8,761,000
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
Communal Cleaning Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90911200 - Building-cleaning services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Lot 1 - Community Cleaning Services
Routine Planned Cyclical Services shall include:
The thorough cleaning of all communal spaces in blocks and wellbeing schemes to include landings, hallways, corridors and lobbies/entrances/exits, lifts external areas to entrances and exits, bin rooms/areas, staircases, community rooms and communal W.C.’s in blocks and communal lounges, cinema/TV rooms, communal kitchens, communal W.C.’s, mobility scooter storage areas and shared spaces within wellbeing schemes comprising of:
Waste, litter and debris removal; Bin Store areas (regular cleans and steam cleans); External areas entrances/exits/canopies/porches/steps/loading bays/spaces designated for use by persons with limited mobility; Bin chutes and bin rotations; Lifts (cars and external); Floor surfaces; Wall surfaces; Ceiling surfaces; External communal doors and associated glazed panels; Internal communal doors and glazed partitions/screens; Internal windows; Miscellaneous surfaces; Soft furnishings, upholstered furniture, curtains and window coverings; Kitchens & refreshment/food preparation areas; Communal W.C.’s; Deep cleans
Reactive Optional Services may include:
graffiti removal: where identified during Routine Planned Cyclical Service visits and cannot be removed during the Routine Planned Cyclical Service visit due to the graffiti being stubborn and/ or extensive in scale/size and cannot be removed without specialist Equipment; or where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit.
Hazardous/special waste removal: where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit.
Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator
For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com.
The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033.
The successful bidder will be expected to obtain the following insurances if not already held:
Employer’s Liability £10m; Public Liability £10m; Product Liability £10m.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply.
Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £7,615,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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
External Window Cleaning Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90911300 - Window-cleaning services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Lot 2 - External Window Cleaning Services
Routine Planned Cyclical Services shall include:
The cleaning of external communal windows only at certain Sites/Premises; external communal windows and individual dwelling windows at certain Sites/Premises; and external and internal windows at the Client’s Head Office and Stores Sites/Premises.
Reactive Optional Services may include:
The thorough cleaning of external balconies to some individual dwellings including the balustrade, walls and decking; Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator
For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com.
The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033.
The successful bidder will be expected to obtain the following insurances if not already held:
Employer’s Liability £10m; Public Liability £10m; Product Liability £10m.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply
Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £499,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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
Office & Stores Cleaning Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90919200 - Office cleaning services
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
two.2.4) Description of the procurement
Lot 3 - Office & Stores Cleaning Services
Routine Planned Cyclical Services will include:
The thorough cleaning of all communal workspaces, offices, meeting rooms, stores, landings, break-out areas, lobby/entrances, kitchens, washrooms etc. including all desk and cupboard surfaces, doors, glass, ironmongery, door-mats, stairs-cases (including underneath staircases), walls, woodwork, ceilings, light fittings, sockets, skirting, architrave, boards, ledges, switches and panels and the emptying of bins etc.
For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com.
The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033.
The successful bidder will be expected to obtain the following insurances if not already held:
Employer’s Liability £10m; Public Liability £10m; Product Liability £10m
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply
Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £647,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
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 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
29 October 2024
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
29 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom