Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cleaning Services 20-30 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | To establish a Dynamic Purchasing System (DPS) for Cleaning Services for Members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future Members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ The Cleaning Services DPS shall run for 10 years, from 1st October 2020 to 30th September 2030. |
Published: | 20/08/2020 09:25 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Contact: Rachel Wheeler
Main Address: https://www.northern-consortium.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Cleaning-and-sanitation-services./XDU63TU682
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Other type:: Central Purchasing Body
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cleaning Services 20-30
Reference Number: Not provided
II.1.2) Main CPV Code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To establish a Dynamic Purchasing System (DPS) for Cleaning Services for Members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future Members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The Cleaning Services DPS shall run for 10 years, from 1st October 2020 to 30th September 2030.
II.1.5) Estimated total value:
Value excluding VAT: 182,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
90915000 - Furnace and chimney cleaning services.
90916000 - Cleaning services of telephone equipment.
90919000 - Office, school and office equipment cleaning services.
90920000 - Facility related sanitation services.
90921000 - Disinfecting and exterminating services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
90690000 - Graffiti removal services.
98310000 - Washing and dry-cleaning services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 20th August 2020 to 30th September 2020. Applicants are required to complete the Selection Questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful Applicants will be appointed to the DPS as an appointed Supply Partner. There will be no limit to the number of Applicants that will be admitted to the DPS against each region, sector, and service category. New Applicants can apply to join the DPS throughout the duration of the period via the SQ process.
Categories to be covered by the DPS are as follows, Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the Category Application Table document:
REGION
•National (coverage of all 12 regions)
•North East
•North West
•Yorkshire and Humber
•East Midlands
•West Midlands
•East of England
•Greater London
•South East England
•South West England
•Wales
•Scotland
•Northern Ireland
SECTOR
•Blue Light Services (including Ambulance, Fire and Police)
•Education (including Academy Trusts, Schools, Universities & Higher Education)
•Government Bodies
•Health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts)
•Housing Associations, Registered Providers and ALMOs
•Local Authorities
•Prison Service
SERVICE
•Building Exterior Cleaning - up to approx. 75ft
•Building Exterior Cleaning - up to and over approx. 75ft
•Catering Facilities Cleaning - commercial & domestic dining hall etc.
•Catering Facilities Cleaning - commercial & domestic kitchen equipment/ovens etc.
•Chimney Cleaning/Sweeping
•Cleaning: General
•Cleaning: Deep
•Cleaning: Specialist
•Cleaning: Trauma
•Cleaning supplies (including consumables and equipment) - supply only
•Commercial Laundry Services
•Commercial Vehicle Cleaning - general & specialised
•Graffiti & Chewing Gum Removal
•IT Equipment Cleaning
•Washroom Services
•Window Cleaning (external - low rise/up to approx. 75ft)
•Window Cleaning (external - up to and over 75ft - may need working at height equipment)
•Window Cleaning (internal - low rise)
•Window Cleaning (internal - high rise - may need working at height equipment)
The second stage is where appointed Supply Partners compete for Members individual contracts, more commonly referred to as a Further Competition (also known as mini-tender) stage and consists of Members refining the requirements for their specific contract. Following acceptance on to the DPS, Supply Partners will be invited to tender for all Members’ Further Competitions under the region, sector and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage Further Competitions by way of a Supply Agreement but places no obligations on Members to procure any cleaning services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by Members under the DPS.
The estimated value of the services to be procured for the entire duration of the DPS is an indicative amount and cannot be guaranteed.
Further information can be found within the procurement documents as detailed in section 1.3 of the notice.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 182,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2020 / End: 30/09/2030
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/XDU63TU682
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/09/2020 Time: 00:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Cleaning-and-sanitation-services./XDU63TU682
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XDU63TU682
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Northern Housing Consortium Ltd
Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/08/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Gloucestershire Health & Care NHS Foundation Trust
Edward Jenner Court, Pioneer Avenue, Gloucester Business Park, Brockworth, GL3 4AW, United Kingdom
Tel. +44 3004222666, Email: ghn-tr.procurement1mailbox@nhs.net
Main Address: https://www.ghc.nhs.uk/
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Gloucestershire Health & Care NHS Foundation Trust, Mar21, Category 10
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of cleaning materials
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 430,626.6
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Supply of cleaning materials
II.2.5) Award criteria:
Quality criterion - Name: Service Delivery, Management and Governance / Weighting: 45
Quality criterion - Name: Capacity Planning (Supply Chain & Resourcing) / Weighting: 15
Quality criterion - Name: Service Transition and Implementation / Weighting: 15
Quality criterion - Name: Quality Assurance, Training & Communications / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/03/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Spot-On-Supplies (C&P) Ltd, 01234451
Elliot Road, Love Lane, Cirencester, GL7 1FH, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 430,626.6
Total value of the contract/lot: 430,626.6
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=597193490
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 26/05/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Exeter City Council
Civic Centre, Paris Street, Exeter, EX1 1JN, United Kingdom
Tel. +44 1392265247, Email: heather.rowland@exeter.gov.uk
Contact: Heather Rowland
Main Address: www.exeter.gov.uk
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Exeter City Council, Apr 21, Category 6,9,13,16 & 18
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of general and trauma cleaning services, graffiti & chewing gum removal, and window cleaning.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 609,140.7
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Supply of general and trauma cleaning services, graffiti & chewing gum removal, and window cleaning.
II.2.5) Award criteria:
Quality criterion - Name: Methodology Statement / Weighting: 15
Quality criterion - Name: Contract Management / Weighting: 15
Quality criterion - Name: Staffing Requirements / Weighting: 10
Quality criterion - Name: Implementation and Transition / Weighting: 10
Quality criterion - Name: Social Value and Sustainability / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/04/2021
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Cobwebs (MC Exeter T/A Cobwebs), 05512051
Unit 6 No. 6 Marsh Green Road, Marsh Barton, Exeter, EX2 8NY, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 609,140.7
Total value of the contract/lot: 609,140.7
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598172055
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 02/06/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Clwyd Alyn HA
72 Ffordd William Morgan, St Asaph Business Park, St Asaph, LL17 0JD, United Kingdom
Tel. +44 1745536806, Email: neil.lynch@clwydalyn.co.uk
Contact: Neil Lynch
Main Address: https://www.clwydalyn.co.uk/
NUTS Code: UKL
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Clwyd Alyn HA, May 21, Category 10
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of cleaning materials
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 580,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKL - WALES
Main site or place of performance:
WALES
II.2.4) Description of the procurement: Supply of cleaning materials
II.2.5) Award criteria:
Quality criterion - Name: Experience to obtain best market value / Weighting: 5
Quality criterion - Name: Reducing environmental impact / Weighting: 5
Quality criterion - Name: How requirements will be delivered / Weighting: 25
Quality criterion - Name: Added Value / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 50
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/05/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bunzl Retail & Healthcare Supplies Ltd t/a Care Shop, 00062537
Unit B, Circle Court, Warren Bruce Road, Manchester, M17 1LB, United Kingdom
NUTS Code: UKL
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 580,000
Total value of the contract/lot: 580,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598172524
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 18/06/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Summit Learning Trust, 07348167
c/o Ninestiles, An Academy, Hartfield Crescent, Acocks Green, Birmingham, B27 7QG, United Kingdom
Tel. +44 1216281311, Email: paulina.wakelam@summitlearningtrust.org.uk
Contact: Paulina Wakeman
Main Address: https://www.summitlearningtrust.org.uk/
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Summit Learning Trust, May 21, Category 6&7
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of general and deep cleaning services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 185,997
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Supply of general and deep cleaning services.
II.2.5) Award criteria:
Quality criterion - Name: Implementation / Weighting: 4
Quality criterion - Name: Staff Management / Weighting: 5
Quality criterion - Name: Staff Absence / Weighting: 7
Quality criterion - Name: Service Delivery / Weighting: 9
Quality criterion - Name: Training / Weighting: 4
Quality criterion - Name: Performance Monitoring and Auditing / Weighting: 9
Quality criterion - Name: Health and Safety / Weighting: 4
Quality criterion - Name: Experience / Weighting: 3
Quality criterion - Name: Complaints / Weighting: 5
Quality criterion - Name: Added Value / Weighting: 3
Quality criterion - Name: Environmental Considerations / Weighting: 3
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/05/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Genie Cleaning Services Ltd, 05302167
Suite D Astor House, 282 Lichfield Road, Four Oaks, Sutton Coldfield, B74 2UG, United Kingdom
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 185,997
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=598173374
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/06/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salix Homes
Diamond House, 2 Peel Cross Road, Salford, M5 4DT, United Kingdom
Tel. +44 8002182000, Email: Sara.sharrock@salixhomes.co.uk
Contact: Sara Sharrock
Main Address: www.salixhomes.co.uk
NUTS Code: UKD
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Salix Homes, Jun 21, Category 6
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of general cleaning services for head office.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 116,612
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Provision of general cleaning services for head office.
II.2.5) Award criteria:
Quality criterion - Name: Delivery of Specification / Weighting: 10
Quality criterion - Name: Risk Management / Weighting: 7
Quality criterion - Name: Mobilisation / Weighting: 8
Quality criterion - Name: Sustainability / Weighting: 7
Quality criterion - Name: Criterion 5 / Weighting: 8
Quality criterion - Name: Social Benefits / Weighting: 10
Quality criterion - Name: Quality Standards / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/06/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
APM Cleaning and Repair Ltd, 06768628
B2 Kingfisher House, Kingsway North, Team Valley, Gateshead, NE11 0JQ, United Kingdom
NUTS Code: UKD
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 116,612
Total value of the contract/lot: 116,612
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=604078237
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/06/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Summit Learning Trust, 07348167
c/o Ninestiles, Academy, Hartfield Crescent, Birmingham, B27 7QG, United Kingdom
Tel. +44 1217097893, Email: Paulina.wakelam@summitlearningtrust.org.uk
Contact: Paulina Wakelam
Main Address: www.summitlearningtrust.org.uk
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Summit Learning Trust (Erdington Hall) Oct 21, Categories 6 & 7
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of General and Deep Cleaning Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 83,605.63
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Supply of General and Deep Cleaning Services
II.2.5) Award criteria:
Quality criterion - Name: Implementation / Weighting: 5
Quality criterion - Name: Staff Management / Weighting: 15
Quality criterion - Name: Staff Absence / Weighting: 10
Quality criterion - Name: Service Delivery / Weighting: 15
Quality criterion - Name: Training / Weighting: 5
Quality criterion - Name: Performance Monitoring and Auditing / Weighting: 14
Quality criterion - Name: Health and Safety / Weighting: 6
Quality criterion - Name: Experience / Weighting: 5
Quality criterion - Name: Complaints / Weighting: 15
Quality criterion - Name: Added Value / Weighting: 5
Quality criterion - Name: Environmental Considerations / Weighting: 5
Cost criterion - Name: Total price for the initial period / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/10/2021
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Tenon FM Limited, 02176652
2nd Floor, No 1 Farriers Yard, 77-85 Fulham Palace Road, Hammersmith, London, W6 8AH, United Kingdom
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 83,605.63
Total value of the contract/lot: 83,605.63
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=645975072
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/11/2021
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leonard Cheshire Disability, SC005117
66 South Lambeth Road, London, SW8 1RL, United Kingdom
Tel. +44 2032420200, Email: Procurement@leonardcheshire.org
Contact: Debbie Wyness
Main Address: www.leonardcheshire.org
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Leonard Cheshire Disability, Sep22, Cat 4
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The supply Cleaning Services - Catering Facilities
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 105,675
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The supply of Cleaning Services - Catering Facilities
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Experience / Weighting: 8.5
Quality criterion - Name: Criterion 2 - Contract Mobilisation / Weighting: 7
Quality criterion - Name: Criterion 3 - Staffing & Training / Weighting: 8.5
Quality criterion - Name: Criterion 4 - Service Experience / Weighting: 6.5
Quality criterion - Name: Criterion 5 - Quality Management / Weighting: 7.5
Quality criterion - Name: Criterion 6 - Management Reporting / Weighting: 6
Quality criterion - Name: Criterion 7 - Added Value / Weighting: 6
Cost criterion - Name: Criterion 1 - Price / Weighting: 50
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 25/08/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MRB Cleaning Limited t/a Bay Cleaning Solutions, 07310503
AVC House, 21 Northampton Lane, Swansea, SA1 4EH, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 105,675
Total value of the contract/lot: 105,675
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=719382447
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/09/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Solihull Community Housing, 04462630
Endeavour House, Meriden Drive, Solihull, B37 6BX, United Kingdom
Tel. +44 7824624277, Email: yewandeogundero@solihull.gov.uk
Contact: Yewande Ogundero
Main Address: https://www.solihullcommunityhousing.org.uk
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Solihull Community Housing, Jul 22, Cats 1,2,6,7,8,16,17,18&19
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide Cleaning Services: Building Exterior, General, Deep, Specialist, Windows Internal & External
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,459,507.21
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: To provide Cleaning Services: Building Exterior, General, Deep, Specialist, Windows Internal & External
II.2.5) Award criteria:
Quality criterion - Name: Quality & technical merit (as measured by the Tenderer’s response to the Quality Submission) / Weighting: 20
Quality criterion - Name: Presentation & Interview / Weighting: 10
Cost criterion - Name: Price (as measured by the Tenderer’s response to the Schedule of Rates and Form of Tender within Section 1) / Weighting: 70
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/06/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Pinnacle FM Limited, 01040529
8th Floor Holborn Tower, 137-144 High Holborn, London, WC1V 6PL, United Kingdom
NUTS Code: UKG
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 4,459,507.21
Total value of the contract/lot: 4,459,507.21
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=705794877
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 18/07/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Coventry University
Priory Street, Coventry, CV1 5FB, United Kingdom
Tel. +44 2477650965, Email: Ad9589@coventry.ac.uk
Contact: Godfred Boakye-Srampa
Main Address: https://www.coventry.ac.uk
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Coventry University, Oct22, Categories 10&15
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of Cleaning products and Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 469,560
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Supply of Cleaning Products and Services
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/08/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
John Astley & Sons Limited, 00035885
Renown Avenue, Coventry Business Park, Coventry, CV5 6UF, United Kingdom
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 469,560
Total value of the contract/lot: 469,560
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=712014158
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/08/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Exeter City Council
Civic Centre, Paris Street, Exeter, EX1 1JN, United Kingdom
Tel. +44 1392265247, Email: Heather.rowland@exeter.gov.uk
Contact: Heather Rowland
Main Address: www.exeter.gov.uk
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Exeter City Council, Aug22, Cats: 6,9,13,16,17,18&19
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The supply of Cleaning Services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 66,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: The supply of Cleaning Services.
II.2.5) Award criteria:
Quality criterion - Name: Methodology Statement / Weighting: 15
Quality criterion - Name: Contract Management / Weighting: 15
Quality criterion - Name: Staffing Requirements / Weighting: 10
Quality criterion - Name: Implementation and Transition / Weighting: 10
Quality criterion - Name: Social Value and Sustainability / Weighting: 10
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/08/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MC Exeter T/A Cobwebs, 05512051
Unit 6, 6 Marsh Green Road, Marsh Barton, Exeter, EX2 8NY, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 66,000
Total value of the contract/lot: 66,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=718957852
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/09/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Teignbridge District Council
Forde House, Brunel Road, Newton Abbot, Devon, TQ12 4XX, United Kingdom
Tel. +44 1626215120, Email: Rosanna.wilson@teignbridge.gov.uk
Contact: Rosanna Wilson
Main Address: www.teignbridge.gov.uk
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Leonard District Council, Sep22, Cats 1,2,6,7,8,13,18&19
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: For the supply of Cleaning Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,639,585
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: For the supply of Cleaning Services
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Method Statement / Weighting: 25
Quality criterion - Name: Criterion 2 - Experience / Weighting: 15
Quality criterion - Name: Criterion 3 - Sustainability / Weighting: 10
Cost criterion - Name: Criterion 1 - Preliminary Costs / Weighting: 22.5
Cost criterion - Name: Criterion 2 - Site Costs / Weighting: 22.5
Cost criterion - Name: Criterion 3 - Ad-hoc Costs / Weighting: 5
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/09/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Specialist Hygiene Services Ltd, 1388445
9 Trade City, Brooklands Close, Sunbury on Thames, Middlesex, TW16 7FD, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,639,585
Total value of the contract/lot: 2,639,585
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=724660214
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/09/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
West Midlands Ambulance University Services NHS Trust
Trust H Q, Millennium Point, Waterfront Business Park, Waterfront Way, Brierley Hill, West Midlands, DY5 1LX, United Kingdom
Tel. +44 7824302752, Email: Leigh-ann.bullock@wmas.nhs.uk
Contact: Leigh-Ann Bullock
Main Address: www.wmas.nhs.uk
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: West Midlands Ambulance University Services NHS Trust, Sep22, Cat 12
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of Cleaning Services : Commercial Vehicle Cleaning - general & specialised (i.e. decontamination)
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Supply of Cleaning Services : Commercial Vehicle Cleaning - general & specialised (i.e. decontamination)
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/06/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Autosmart International Limited, 01395515
Lynn Lane, Shenstone, Lichfield, WS14 0DH, United Kingdom
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=727542305
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/11/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST
Trust Headquarters, Brookdale Unit, Ash Green Learning Disability Centre, Ashgate Road, Ashgate, Chesterfield, S42 7JE, United Kingdom
Tel. +44 7990861071, Email: Steven.comery@nhs.net
Contact: Steven Comery
Main Address: www.dchs.nhs.uk
NUTS Code: UKF
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Derbyshire Community Health Services NHS Foundation Trust, Dec22, Cats 17,18&19
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of Cleaning and Sanitations Services: Window Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 131,110
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Supply of Cleaning and Sanitation Services : Window Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Adherence to Specification / Weighting: 20
Quality criterion - Name: Contracting and Performance / Weighting: 10
Quality criterion - Name: Capacity and Capability / Weighting: 10
Quality criterion - Name: Quality/Standards/CSR / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Pricing Schedule / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/12/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Professional Cleaning Services (UK) Limited, 04524314
10 Ayncourt Road, North Wingfield, Chesterfield, S42 5NP, United Kingdom
NUTS Code: UKF
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 131,110
Total value of the contract/lot: 131,110
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=747656066
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 05/01/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Gloucestershire Managed Services, 11124256
GMS Headquarters, Riverside House Annex, College Baths Road, Cheltenham, GL53 7QB, United Kingdom
Tel. +44 3004222779, Email: Madeline.gittus@nhs.net
Contact: Madeline Gittus
Main Address: https://www.gloshospitals.nhs.uk/
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Gloucestershire Managed Services, Jan23, Cat10
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services : Cleaning Supplies
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 171,407.3
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services : Cleaning Supplies
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 70
Cost criterion - Name: Criterion 1 - Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/01/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Spot On Supplies (Cleaning and Packaging) Ltd, 01234451
Elliot Road, Love Lane, Cirencester, GL7 1FH, United Kingdom
NUTS Code: UKK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 171,407.3
Total value of the contract/lot: 171,407.3
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=754376228
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 27/01/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Sandwell & West Birminham NHS Trust
Lyndon, West Bromwich, B71 4HJ, United Kingdom
Tel. +44 7896607624, Email: Kirk.Johnson1@nhs.net
Contact: Kirk Johnson
Main Address: https://www.swbh.nhs.uk/, Address of the buyer profile: https://www.swbh.nhs.uk/
NUTS Code: UKG
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Sandwell & West Birmingham NHS Trust, Cats 3&4, Feb 23
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services: Catering Facilities Cleaning - Commercial & Domestic
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 201,744
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services: Catering Facilities Cleaning - Commercial & Domestic
II.2.5) Award criteria:
Quality criterion - Name: Implementation of scope of services / Weighting: 5
Quality criterion - Name: NHS service delivery and experience / Weighting: 10
Quality criterion - Name: Site Risk Assessments / Weighting: 10
Quality criterion - Name: Service Levels and Performance / Weighting: 15
Quality criterion - Name: Operational Processes and Systems / Weighting: 15
Quality criterion - Name: Health and Safety Policy and Procedures / Weighting: 5
Cost criterion - Name: Pricing Element 1 / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fortis Hygiene and Maintenance Ltd, 09128661
Earl Mill, Dowry Street, Oldham, OL8 2PF, United Kingdom
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 201,744
Total value of the contract/lot: 201,744
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=764208418
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 01/03/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leeds Federated Housing Association Limited, LH0989
Suite 5, The Tannery, 91 Kirkstall Road, Leeds, LS3 1HS, United Kingdom
Tel. +44 7966885047, Email: Tony.horncastle@lfha.co.uk
Contact: Tony Horncastle
Main Address: https://www.lfha.co.uk/
NUTS Code: UKE
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Leeds Federated Housing Association Ltd, May23, Cats 1,6,7,13&15
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for various Cleaning Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 374,474.72
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKE - YORKSHIRE AND THE HUMBER
Main site or place of performance:
YORKSHIRE AND THE HUMBER
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for various Cleaning Services
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Mobilisation / Weighting: 10
Quality criterion - Name: Criterion 2 - Delivery of scheduled work / Weighting: 20
Quality criterion - Name: Criterion 3 - Health & Safety / Weighting: 10
Quality criterion - Name: Criterion 4 - GDPR / Weighting: 10
Quality criterion - Name: Criterion 5 - Customer feedback & KPI’s / Weighting: 10
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 05/03/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hi-Spec Facilities Services Ltd, 04373379
20 Schooner Court, Crossways Business Park, Dartford, DA2 6NW, United Kingdom
NUTS Code: UKE
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 374,474.72
Total value of the contract/lot: 374,474.72
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=791826182
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/07/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Selwood Housing Society Limited, 04168336
Bryer Ash Business Park, Bradford Road, Trowbridge, BA14 8RT, United Kingdom
Tel. +44 1225715971, Email: Darren.holloway@selwoodhousing.com
Contact: Darren Holloway
Main Address: https://www.selwoodhousing.com/
NUTS Code: UKK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Selwood Housing Society Ltd, Oct23, Cats 4,6&15
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System for Cleaning Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 129,878.56
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: DPS Contract for Cleaning Services
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/10/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Direct Cleaning Services SW Ltd, 09889191
The Old Post Office, 41-43 Market Place, Chippenham, SN15 3HR, United Kingdom
Email: m.chaloner@direct-cleaning.com
NUTS Code: UKK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 129,878.56
Total value of the contract/lot: 129,878.56
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=820016251
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 31/10/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton, RC000668
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - ACOL
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 280,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Acol Cleaning and Hygiene Ltd, 2905621
Unit 3, Lake Farm Business Estate, Allington Lane, Fair Oak, Eastleigh, SO50 7DD, United Kingdom
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 280,000
Total value of the contract/lot: 280,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855919635
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton, RC000668
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - DELOTAS
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 336,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Delotas Ltd, 10018891
6 Field Close, Gosport, PO13 0YP, United Kingdom
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 336,000
Total value of the contract/lot: 336,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855921441
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - DIRECT CLEANING (Fair Oak)
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 161,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
UK - UNITED KINGDOM
Main site or place of performance:
SOUTH EAST (ENGLAND)
UNITED KINGDOM
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Direct Cleaning (Fair Oak) Ltd, 08388256
Unit 16 Vicarage Farm Business Park, Winchester Road, Fair Oak, Eastleigh, SO50 7HD, United Kingdom
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 161,000
Total value of the contract/lot: 161,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855922288
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton, RC000668
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - MITIE
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 315,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Mitie Cleaning and Environmental Services Limited, 686377
The Shard Level 12, 32 London Bridge Street, London, SE1 9SG, United Kingdom
NUTS Code: UKJ
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 315,000
Total value of the contract/lot: 315,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855922826
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - THE SUPERCLEANERS
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 490,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Supercleaners Ltd, 11921193
Arena Business Centre, Threefield Lane, Southampton, SO14 3LP, United Kingdom
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 490,000
Total value of the contract/lot: 490,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855923675
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton, RC000668
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - WETTON
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 595,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wetton Cleaning Services Ltd, 00473038
Estate House, 2 Pembroke Road, Sevenoaks, Kent, TN13 1XR, United Kingdom
NUTS Code: UKJ
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 595,000
Total value of the contract/lot: 595,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855924183
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Southampton, RC000668
Building 37 (George Thomas) University Road, Highfield Campus, Southampton, SO17 1BJ, United Kingdom
Tel. +44 2380595000, Email: procurement@soton.ac.uk
Contact: Diana Despina
Main Address: https://www.southampton.ac.uk/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law Central Purchasing Body
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: University of Southampton, Cat7, Apr24 - YBC
Reference number: Not Provided
II.1.2) Main CPV code:
90900000 - Cleaning and sanitation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 420,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90900000 - Cleaning and sanitation services.
II.2.3) Place of performance
Nuts code:
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for Cleaning Services - Deep Cleaning
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 164-399649
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/04/2024
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
YBC Cleaning Services Ltd, 4174249
161 North Lane, Aldershot, GU12 4TA, United Kingdom
NUTS Code: UKJ
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 420,000
Total value of the contract/lot: 420,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=855925152
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/04/2024