Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Phoenix Community Housing
The Green Man, 355 Bromley Road
London
SE6 2RP
UK
Telephone: +44 8000285700
E-mail: james.peters@phoenixch.org.uk
NUTS: UKI44
Internet address(es)
Main address: www.phoenixch.org.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA22607
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of cleaning materials, uniform, PPE and equipment
II.1.2) Main CPV code
98341130
II.1.3) Type of contract
Services
II.1.4) Short description
Phoenix Community Housing is a not-for-profit resident-led housing association based in south London. We own and manage more than 7,600 homes in the Lewisham wards of Bellingham, Catford South, Downham and Grove Park. We are committed to providing homes and services that meet residents needs.
We are looking for a supplier of the following products for our Estates Services Team which includes caretakers for the blocks of flats and grounds maintenance. This includes:
Cleaning materials - cleaning chemicals, mops, brushes, litter pickers etc.
PPE - gloves, masks, eye protection, safety boots etc.
Uniform - Sweatshirts, trousers, hats etc.
Grounds Maintenance Equipment - mowers, strimmers etc. plus servicing and repairs
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
39830000
II.2.3) Place of performance
NUTS code:
UKI44
Main site or place of performance:
The Green Man
355 Bromley Road
LONDON SE6 2RP
II.2.4) Description of the procurement
There is one document attached which includes the contract conditions and schedules. Schedule 1 sets out the service to be provided, Schedule 2 consists of commonly ordered producsts. Your attention is particularly drawn to Schedule 3, which lists the documents that need to be submitted as part of your bid. This also details which award criteria they relate to and the weighting. Schedule 3 should therefore be submitted with the final column ticked off to indicate that all the required documents have been included.
The contract itself would only be completed and submitted at the point of contract.
Questions are welcome but please ask them through the portal which means that the questions and answers will be seen by all organisations. I will not respond directly to bidders individually so please do not be offended if I do not do so.
James Peters
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory policies
/ Weighting: 5
Quality criterion: Social Value
/ Weighting: 5
Quality criterion: Sustainability
/ Weighting: 5
Quality criterion: Health and Safety
/ Weighting: 20
Quality criterion: Organisational resources
/ Weighting: 15
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2018/S 247-567668
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
29/11/2024
IV.2.7) Conditions for opening of tenders
Date:
03/06/2024
Local time: 12:00
Place:
Electronically
Information about authorised persons and opening procedure:
James Peters and Karen Ward
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231867.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:231867)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
25/04/2024