UK-London: Cleaning services.

UK-London: Cleaning services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Hyde Group
30 Park Street, London, SE1 9EQ, United Kingdom
Email: procurementhelpdesk@hyde-housing.co.uk, URL: http://www.hyde-housing.co.uk, URL: www.delta-esourcing.com
Contact: Procurement Helpdesk, Attn: London
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Body governed by public law

I.3) Main activity:
Housing and community amenities

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Facilities Management Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 14

Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Cleaning services. Office cleaning services. Repair and maintenance services. Security services. Repair and maintenance services of security equipment. Building and facilities management services. Facilities management services. The Hyde Group (THG) has recently undertaken a review of the way in which facilities management services are provided to our offices and community buildings. These services are currently fragmented and provided by a wide range of individual contractors. As a result, THG are seeking to put in place longer term arrangements with a selected number of key partners, to better reflect our evolving needs, requirements and recent market trends.

THG’s office portfolio, managed by the in-house Facilities team, currently comprises of 14 offices, which require cleaning, maintenance and security services. Additionally, our Hyde Plus team manages approximately 13 community centres, where cleaning services will be required plus various other comminuty rooms etc, where cleaning services may also be required.

There tender will consist of the following Lots:
• Lot 1: Cleaning and Associated Services (one contractor, maximum)
• Lot 2: Repairs & Maintenance Services (one contractor, maximum)
• Lot 3: Security (one contractor, maximum)
• Lot 4: Facilities Management Services (Combined requirements Lot 1,2 and 3)
(one contractor, maximum)

Note:
THG may award either a combination of Lots 1, 2 and 3 (or parts thereof) Or Lot 4 only.
THG will be seeking a maximum of one contractor for each Lot.

Further information on the scope and the Lots will be made available within the PQQ and ITT documentation.
TUPE may apply to some of the services and further details will be made known at ITT stage.
The combined estimated value for all Lots is £4.7m - £5.7m (total contract value)

The contract duration will be for three years, with an option to extend for a further two years.

II.1.6)Common Procurement Vocabulary:
90910000 - Cleaning services.

90919200 - Office cleaning services.

50000000 - Repair and maintenance services.

79710000 - Security services.

50610000 - Repair and maintenance services of security equipment.

79993000 - Building and facilities management services.

79993100 - Facilities management services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots

II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Supplied within the PQQ documentation
Estimated value excluding VAT:
Range between: 4,700,000 and 5,700,000
Currency: GBP


II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)

Information About Lots

Lot No: 1
Title: Cleaning & Associated Services

1)Short Description:
Delivery of end-to-end cleaning services for THG office portfolio and community buildings. The scope of services required include:
• All building cleaning, including provision of cleaning consumables:
• Scheduled cleaning
• Responsive cleaning
• Windows (internal and external
• Carpets
• Entrance mats
• Washroom services including provision of: sanitary bins / nappy bins / sharps bin / vending / air freshener / hand gel dispensers
• Waste; general and recycling
• Grounds maintenance and landscaping
• Pest control

2)Common Procurement Vocabulary:
90910000 - Cleaning services.
90919200 - Office cleaning services.

3)Quantity Or Scope: Not Provided

Value range between: 2,000,000 and 2,300,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36


5)Additional Information About Lots:
Access of the PQQ will be via the Delta ePortal, using the following link and Access Code:

https://www.delta-esourcing.com

Access Code:
Lot 1: 2E8ZTS2MWA – Cleaning & Associated Services
Lot 2: 6UUWB47BS7 – Repairs & Maintenance
Lot 3: PD2VNQV3K7 - Security Services
Lot 4: 7Y22778U65 – Facilities Management Services (Combined requirements Lot 1, 2 and 3)

You will need to register as a supplier in the first instance
Submissions for each Lot will require completion of a separate PQQ. Please ensure that you complete the correct PQQ for the Lot that you wish to be considered for.

Spend figures quoted are total contract value (3 years)
Lot No: 2
Title: Repairs & Maintenance Services

1)Short Description:
Delivery of end-to-end repairs and maintenance services for THG office portfolio. The scope of services required include:
• Planned preventative maintenance to all plant and equipment and building fabric, as required
• Reactive maintenance
• Project work and internal and external refurbishment, including floor planning
• Building compliance (e.g. PAT testing, 5 yr testing, routine H&S tests)
• Hot water boiler maintenance

Further information on the scope of services required will be provided within the PQQ and tender documentation.

2)Common Procurement Vocabulary:
50000000 - Repair and maintenance services.

3)Quantity Or Scope: Not Provided

Value range between: 2,100,000 and 2,300,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided


5)Additional Information About Lots:
Access of the PQQ will be via the Delta ePortal, using the following link and Access Code:

https://www.delta-esourcing.com

Access Code:
Lot 1: 2E8ZTS2MWA – Cleaning & Associated Services
Lot 2: 6UUWB47BS7 – Repairs & Maintenance
Lot 3: PD2VNQV3K7 - Security Services
Lot 4: 7Y22778U65 – Facilities Management Services (Combined requirements Lot 1, 2 and 3)

You will need to register as a supplier in the first instance
Submissions for each Lot will require completion of a separate PQQ. Please ensure that you complete the correct PQQ for the Lot that you wish to be considered for.

Spend figures quoted are total contract value (3 years)
Lot No: 3
Title: Security Services

1)Short Description:
Delivery of end-to-end security services for THG office portfolio and community buildings. The scope of services required include:
• Manned Guarding
• Lock/unlock services
• Keyholding
• Out of hours call out
• Intruder and fire alarm maintenance, panic alarms
• Central monitoring
• access control, access cards and CCTV
• Fire Equipment maintenance

Further information on the scope of services required will be provided within the PQQ and tender documentation.

2)Common Procurement Vocabulary:
79710000 - Security services.
50610000 - Repair and maintenance services of security equipment.

3)Quantity Or Scope: Not Provided

Value range between: 900,000 and 1,000,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36


5)Additional Information About Lots:
Access of the PQQ will be via the Delta ePortal, using the following link and Access Code:

https://www.delta-esourcing.com

Access Code:
Lot 1: 2E8ZTS2MWA – Cleaning & Associated Services
Lot 2: 6UUWB47BS7 – Repairs & Maintenance
Lot 3: PD2VNQV3K7 - Security Services
Lot 4: 7Y22778U65 – Facilities Management Services (Combined requirements Lot 1, 2 and 3)

You will need to register as a supplier in the first instance
Submissions for each Lot will require completion of a separate PQQ. Please ensure that you complete the correct PQQ for the Lot that you wish to be considered for.

Spend figures quoted are total contract value (3 years)
Lot No: 4
Title: Facilities Management Services (Combined requirements Lot 1,2 and 3)

1)Short Description:
Management and delivery of all facilities services as detailed in Lots 1,2, and 3.

2)Common Procurement Vocabulary:
79993000 - Building and facilities management services.
79993100 - Facilities management services.

3)Quantity Or Scope: Not Provided

Value range between: 4,700,000 and 5,700,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided


5)Additional Information About Lots:
Access of the PQQ will be via the Delta ePortal, using the following link and Access Code:

https://www.delta-esourcing.com

Access Code:
Lot 1: 2E8ZTS2MWA – Cleaning & Associated Services
Lot 2: 6UUWB47BS7 – Repairs & Maintenance
Lot 3: PD2VNQV3K7 - Security Services
Lot 4: 7Y22778U65 – Facilities Management Services (Combined requirements Lot 1, 2 and 3)

You will need to register as a supplier in the first instance
Submissions for each Lot will require completion of a separate PQQ. Please ensure that you complete the correct PQQ for the Lot that you wish to be considered for.

Spend figures quoted are total contract value (3 years)
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond or guarantee may be required. Appropriate levels of insurance will also be required. Further information will be provided within the PQQ and tender documentation.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All financing conditions and payment arrangements will be set out in the PQQ and tender documentation.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No legal form is required. If the candidate is a joint venture or consortium, the Contracting Authority shall require members to accept joint and several liability.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Contractors may be required to participate in the achievement of social or environmental policy objectives relating to recruitment, training, and supply chain initiatives. Accordingly contract performance conditions may relate to the social and environmental considerations.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

Candidates are referred to Regulation 23 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide financial information.

Candidates are referred to Regulation 24 of the Public Contracts Regulations 2006 (as amended). Further information will be provided in the PQQ and Tender documentation generally.
Minimum Level(s) of standards possibly required:
Candidates may be subject to an independent financial check. Further inform ation will be provided in the PQQ and Tender documentation generally.

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
Candidates are referred to Regulation 25 of the Public Contracts Regulations 2006 (as amended). Further inform ation will be provided in the PQQ and Tender documentation.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5
Objective Criteria for choosing the limited number of candidates:
As stated within the PQQ and tender documentation
IV.2)Award Criteria
IV.2.1)Award criteria: Not Provided
IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 12/03/2014
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.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, and the contract will be awarded on the basis of the most economically advantageous tender.The Contracting Authority reserves the right to cancel the procurement process at any stage. The Contracting Authority does not accept liability for any cost incurred in tendering.


To respond to this opportunity please use the relevant ‘Access Code’ within your ‘Response Manager’ for the lot(s) that you wish to respond to from the list below:

Lot 1: Cleaning & Associated Services: 2E8ZTS2MWA
Lot 2: Repairs & Maintenance: 6UUWB47BS7
Lot 3: Security Services: PD2VNQV3K7
Lot 4: Facilities Management Services (Combined Lot 1,2 and 3): 7Y22778U65
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Cleaning-services./2E8ZTS2MWA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2E8ZTS2MWA
GO-2014210-PRO-5451575 TKR-2014210-PRO-5451574

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court of England & Wales
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000

Body responsible for mediation procedures:
High Court of England & Wales
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000

VI.4.2)Lodging of appeals: Candidates are referred to the Public Contract Regulations 2006 (as amended).

VI.4.3)Service from which information about the lodging of appeals may be obtained:
The Cabinet Office c/o Efficiency and Reform Group
Rosebury Court, St Andrews Business Park, Norwich, NR7 0HS, United Kingdom
Tel. +44 2079476000

VI.5) Date Of Dispatch Of This Notice: 10/02/2014

ANNEX A