Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Estate Cleaning Services

  • First published: 18 December 2018
  • Last modified: 18 December 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Guinness Partnership Limited
Authority ID:
AA21520
Publication date:
18 December 2018
Deadline date:
18 January 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework lot 1 covering the North-West of England.

Total schemes included: 348.

Initial call-off expected: 64.

Spend range: 110 000 GBP – 160 000 GBP annually.

Local authority areas: Blackburn and Darwen, Blackpool, Bolton, Bury, Carlisle, Cheshire East, Cheshire West, Chorley, Craven, Fylde, Halton, Lancaster, Liverpool, Manchester, Newcastle-Under-Lyme, Oldham, Preston, Rochdale, Rossendale, Salford, Sefton, South Lakeland, St. Helens, Stockport, Tameside, Trafford, Wigan, Wirral, Wyre, Telford and Wrekin.

Please note that this lot will be subject to comparison against lot 6, in conjunction with lot 2.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Guinness Partnership Ltd

31693R

30 Brock Street, Regents Place

London

NW1 3FG

UK

Contact person: Mr Dennis Viljoen

E-mail: procurement@guinness.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.guinnesspartnership.com/

Address of the buyer profile: http://www.guinnesspartnership.com/

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=a66545a5-5ffd-e811-80f0-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=a66545a5-5ffd-e811-80f0-005056b64545


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

Estate Cleaning Services

Reference number: DN372677

II.1.2) Main CPV code

90911100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Guinness is carrying out this procurement to put in place a 4-year, multi-lot framework for the provision of cleaning services to the communal areas of our estates.

Activities in scope include, but are not limited to:

— periodic cleaning of communal internal areas of our estates,

— responsive cleaning of communal area,

— periodic deep cleaning,

— internal window cleaning,

— external window cleaning,

— minor ad hoc activities,

— cleaning of small workplace offices (“local hubs”),

— cleaning of community halls and other similar facilities,

— ad hoc sparkle clean for void properties,

— optional pricing for bulk rubbish and fly tipping removal and gutter clearances.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 6 and 7 are a combination of 2 of the other lots each (lots 1 and 2 and 3 and 4 respectively). The intention is to appoint either 1 supplier to lot 6, or 2 suppliers to lots 1 and 2, and the same for lot 7 against lots 3 and 4 respectively.

II.2) Description

Lot No: 1

II.2.1) Title

North-West

II.2.2) Additional CPV code(s)

90919200

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

Framework lot 1 covering the North-West of England.

Total schemes included: 348.

Initial call-off expected: 64.

Spend range: 110 000 GBP – 160 000 GBP annually.

Local authority areas: Blackburn and Darwen, Blackpool, Bolton, Bury, Carlisle, Cheshire East, Cheshire West, Chorley, Craven, Fylde, Halton, Lancaster, Liverpool, Manchester, Newcastle-Under-Lyme, Oldham, Preston, Rochdale, Rossendale, Salford, Sefton, South Lakeland, St. Helens, Stockport, Tameside, Trafford, Wigan, Wirral, Wyre, Telford and Wrekin.

Please note that this lot will be subject to comparison against lot 6, in conjunction with lot 2.

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: 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 2

II.2.1) Title

North-Central

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKE

UKF1

II.2.4) Description of the procurement

Framework lot 2 covering the North-Central area (Yorkshire).

Total schemes included: 256.

Initial call-off expected: 45.

Spend range: 140 000 GBP – 190 000 GBP annually.

Local authority areas: Amber Valley, Barnsley, Bassetlaw, Bolsover, Bradford, Calderdale, Chesterfield, Derby, Derbyshire Dales, Durham, Doncaster, East Riding, Erewash, Gedling, Harrogate, High Peak, Leeds, Mansfield, Newark And Sherwood, North East Derbyshire, North East Lincolnshire, North Lincolnshire, North Kesteven, North-West Leicestershire, Nottingham, Rotherham, Rushcliffe, Selby, South Derbyshire, Wakefield, York.

Please note that this lot will be subject to comparison against lot 6, in conjunction with lot 1.

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: 950 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 3

II.2.1) Title

South England and North London

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKH

UKI4

UKI5

UKJ1

II.2.4) Description of the procurement

Framework lot 3 covering the South of England and North of London.

Total schemes included: 281.

Initial call-off expected: 112.

Spend range: 310 000 GBP – 420 000 GBP annually.

Local authority areas: Aylesbury Vale, Basildon, Bedford, Birmingham, Coventry, Braintree, Camden, Central Bedfordshire, Chelmsford, City Of London, Colchester, Dacorum, Daventry, East Northamptonshire, Hertfordshire, Hackney, Havering, Hertsmere, Huntingdonshire, Ipswich, Islington, Luton, Milton Keynes, Newham, North Hertfordshire, Northampton, Peterborough, Rugby, South Cambridgeshire, South Oxfordshire, Southend-On-Sea, South Northamptonshire, Southwark, Stevenage, Stratford-upon Avon, Tendring, Three Rivers, Tower Hamlets, Vale of the White Horse, Welwyn Hatfield, Wycombe, Wellingborough.

Please note that this lot will be subject to comparison against lot 7, in conjunction with lot 4.

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: 2 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 4

II.2.1) Title

South East and South London

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKI3

UKI6

UKI7

UKJ

II.2.4) Description of the procurement

Framework lot 4 covering the South-East of England and South of London.

Total schemes included: 277.

Initial call-off expected: 155.

Spend range: 230 000 GBP – 310 000 GBP annually.

Local authority areas: Adur, Arun, Ashford, Basingstoke and Deane, Bracknell Forest, Brighton and Hove, Bromley, Chichester, City of London, Crawley, Croydon, Ealing, East Hampshire, Fareham, Gosport, Gravesham, Hammersmith and Fulham, Harrow, Havant, Hillingdon, Horsham, Kensington and Chelsea, Lambeth, Lewes, Mid Sussex, Mole Valley, Portsmouth, Redbridge, Reigate and Banstead, Richmond upon Thames, Runnymede, Southampton, Southwark, Tandridge, Thanet, Winchester, Woking.

Please note that this lot will be subject to comparison against lot 7, in conjunction with lot 3.

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: 1 550 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 5

II.2.1) Title

South-West

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKK

II.2.4) Description of the procurement

Framework lot 5 covering the South-West of England.

Total schemes included: 249.

Initial call-off expected: 116.

Spend range: 500 000 GBP – 700 000 GBP annually.

Local authority areas: Bath and North-East Somerset, Bournemouth, Bristol, City Of Cheltenham, Cornwall, Cotswold, East Devon, Exeter, Forest of Dean, Gloucester, Herefordshire, Mendip, Mid Devon, North Devon, North Somerset. Plymouth, Sedgemoor, South Gloucestershire, South Hams, South Somerset, Stroud, Swindon, Teignbridge, Tewkesbury, Torbay, West Devon, West Dorset, Wiltshire, Cheltenham, Herefordshire, Redditch, Wychavon.

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: 3 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 6

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKD

UKE

UKF1

II.2.4) Description of the procurement

Framework lot 6 which is a combination of both lots 1 and 2. This lot is a combination of the lots for the North-West of England and the North-Central area (Yorkshire). It will be compared against those individual lots and the most economically advantageous option selected.

Total schemes included: 604.

Initial call-off expected: 109.

Spend range: 250 000 GBP — 350 000 GBP annually.

Local authority areas: Blackburn and Darwen, Blackpool, Bolton, Bury, Carlisle, Cheshire East, Cheshire West, Chorley, Craven, Fylde, Halton, Lancaster, Liverpool, Manchester, Newcastle-Under-Lyme, Oldham, Preston, Rochdale, Rossendale, Salford, Sefton, South Lakeland, St. Helens, Stockport, Tameside, Trafford, Wigan, Wirral, Wyre, Telford and Wrekin, Amber Valley, Barnsley, Bassetlaw, Bolsover, Bradford, Calderdale, Chesterfield, Derby, Derbyshire Dales, Durham, Doncaster, East Riding, Erewash, Gedling, Harrogate, High Peak, Leeds, Mansfield, Newark And Sherwood, North East Derbyshire, North East Lincolnshire, North Lincolnshire, North Kesteven, North-West Leicestershire, Nottingham, Rotherham, Rushcliffe, Selby, South Derbyshire, Wakefield, York.

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: 1 750 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Lot No: 7

II.2.2) Additional CPV code(s)

90911100

90911200

90911300

90919200

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

II.2.4) Description of the procurement

Framework lot 7 which is a combination of both lots 3 and 4. This lot is a combination of the lots for the South and South-East, including London. It will be compared against those individual lots and the most economically advantageous option selected.

Total schemes included: 558.

Initial call-off expected: 267.

Spend range: 540 000 GBP — 730 000 annually.

Local authority areas: Aylesbury Vale, Basildon, Bedford, Birmingham, Coventry, Braintree, Camden, Central Bedfordshire, Chelmsford, City Of London, Colchester, Dacorum, Daventry, East Northamptonshire, Hertfordshire, Hackney, Havering, Hertsmere, Huntingdonshire, Ipswich, Islington, Luton, Milton Keynes, Newham, North Hertfordshire, Northampton, Peterborough, Rugby, South Cambridgeshire, South Oxfordshire, Southend-On-Sea, South Northamptonshire, Southwark, Stevenage, Stratford-upon Avon, Tendring, Three Rivers, Tower Hamlets, Vale of the White Horse, Welwyn Hatfield, Wycombe, Wellingborough, Adur, Arun, Ashford, Basingstoke and Deane, Bracknell Forest, Brighton and Hove, Bromley, Chichester, City of London, Crawley, Croydon, Ealing, East Hampshire, Fareham, Gosport, Gravesham, Hammersmith and Fulham, Harrow, Havant, Hillingdon, Horsham, Kensington and Chelsea, Lambeth, Lewes, Mid Sussex, Mole Valley, Portsmouth, Redbridge, Reigate and Banstead, Richmond upon Thames, Runnymede, Southampton, Southwark, Tandridge, Thanet, Winchester, Woking.

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: 3 650 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

Justification for any framework agreement duration exceeding 4 years:

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 209-477479

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/01/2019

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

The Guinness Partnership

30 Brock Street

London

NW1 3FG

UK

Telephone: +44 3031231890

E-mail: procurement@guinness.org.uk

Internet address(es)

URL: www.guinnesspartnership.com

VI.5) Date of dispatch of this notice

13/12/2018

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
90911200 Building-cleaning services Accommodation, building and window cleaning services
90919200 Office cleaning services Office, school and office equipment cleaning services
90911300 Window-cleaning services Accommodation, building and window cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@guinness.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.