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 Award Notice

Estate Cleaning Services 2019

  • First published: 01 October 2019
  • Last modified: 01 October 2019

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:
01 October 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework Lot 5 covering the South-West of England

Total schemes included: 249

Initial call-off expected: 116

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Guinness Partnership Ltd

30 Brock Street, Regents Place

London

NW1 3FG

UK

Contact person: Mr Dennis Viljoen

Telephone: +44 3031231890

E-mail: dennis.viljoen@guinness.org.uk

NUTS: UK

Internet address(es)

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

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

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 2019

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 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 areas, and ancillary/ad-hoc activities.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 7 750 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Framework Lot 1 — North-West

II.2.2) Additional CPV code(s)

90911200

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

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

Quality criterion: Quality / Weighting: 60 %

Cost criterion: Cost / 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

Lot No: 2

II.2.1) Title

Framework Lot 2 — North-Central

II.2.2) Additional CPV code(s)

90911200

II.2.3) Place of performance

NUTS code:

UKE

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

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

Quality criterion: Quality / Weighting: 60 %

Cost criterion: Cost / 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

Lot No: 3

II.2.1) Title

Framework Lot 3 — South-Central and North London

II.2.2) Additional CPV code(s)

90911200

II.2.3) Place of performance

NUTS code:

UKH

UKI

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

Local authority areas: Aylesbury Vale, Basildon, Bedford, Birmingham, Coventry, Braintree, Camden, CentralBedfordshire, 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

Quality criterion: Quality / Weighting: 60 %

Cost criterion: Cost / 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

Lot No: 4

II.2.1) Title

Framework Lot 4 — South-East and South London

II.2.2) Additional CPV code(s)

90911200

II.2.3) Place of performance

NUTS code:

UKI

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

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

Quality criterion: Quality / Weighting: 60 %

Cost criterion: Cost / 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

Lot No: 5

II.2.1) Title

Framework Lot 5 — South-West

II.2.2) Additional CPV code(s)

90911200

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

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

Quality criterion: Quality / Weighting: 60 %

Cost criterion: Cost / 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

Lot No: 6

II.2.1) Title

Framework Lot 6 — North

II.2.2) Additional CPV code(s)

90911200

II.2.3) Place of performance

NUTS code:

UKC

UKE

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

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, NorthKesteven, North-West Leicestershire, Nottingham, Rotherham, Rushcliffe, Selby, South Derbyshire, Wakefield,York.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60 %

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

Lot No: 7

II.2.1) Title

Framework Lot 7 — South-East

II.2.2) Additional CPV code(s)

90911200

II.2.3) Place of performance

NUTS code:

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 Southand 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

Local authority areas: Aylesbury Vale, Basildon, Bedford, Birmingham, Coventry, Braintree, Camden, CentralBedfordshire, 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

Quality criterion: Quality / Weighting: 60 %

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

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

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 243-555840

Section V: Award of contract

Lot No: 1

Title: Framework Lot 1 — North-West

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 2

Title: Framework Lot 2 — North-Central

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 3

Title: Framework Lot 3 — South Central and North London

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 4

Title: Framework Lot 4 — South-East and South London

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 5

Contract No: 5

Title: Framework Lot 5 — SW

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/08/2019

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

MC Exeter Ltd. T/A Cobwebs SW

5512051

Exeter

EX2 8NY

UK

NUTS: UKK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 6

Title: Framework Lot 6 — North

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/08/2019

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Assist Managed Services

04501131

Bolton

BL1 4QR

UK

NUTS: UKD

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Framework Lot 7 — South-East

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/08/2019

V.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Just Ask Estate Services Ltd

5956392

Chobham

GU24 8HU

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 250 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The Guinness Partnership Ltd

30 Brock Street

London

NW1 3FG

UK

E-mail: procurement@guinness.org.uk

VI.5) Date of dispatch of this notice

27/09/2019

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

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:
dennis.viljoen@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.