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

Notting Hill Genesis Cleaning and Gardening Contracts

  • First published: 06 September 2023
  • Last modified: 06 September 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03f9fd
Published by:
Notting Hill Genesis
Authority ID:
AA71352
Publication date:
06 September 2023
Deadline date:
04 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This contract Lot relates to Cleaning services in the areas of Barnet, Camden and Islington. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

• Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

UK

Contact person: NHG Procurement Team

Telephone: +44 2038150000

E-mail: procurementteam@nhg.org.uk

NUTS: UKI

Internet address(es)

Main address: www.nhggroup.org.uk

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-London:-Facilities-management-services./454E86E832


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

Notting Hill Genesis Cleaning and Gardening Contracts

Reference number: PROC1230

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Notting Hill Genesis has divided its requirement into ten Cleaning services contracts and ten Gardening services contracts (giving a total of 20 contracts). Notting Hill Genesis has decided to split its whole estate into 10 core geographic regions known as “Lots”, providing opportunities for a variety of suppliers (from large contractors to SMEs) to bid and work with Notting Hill Genesis in providing a high quality Cleaning and Gardening service for its residents. These regions will predominantly be at sites located in Greater London however some sites will be located in other counties in the Southeast or East of England. Tenderers can decide which contracts they bid for and do not have to bid for all of them.

II.1.5) Estimated total value

Value excluding VAT: 99 000 000.00  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:

NHG may at its discretion award more than two Lots to a Tenderer if the application of the Lot limitations would result in no Contract being awarded for a Lot or Lots. This might arise if there are no other ranked Tenderers for a particular Lot. Please see the SQ/ITT document for full details.

II.2) Description

Lot No: LOT 1

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Barnet, Camden and Islington. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

• Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 11 592 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/454E86E832

Lot No: Lot 2

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the Brent and Harrow Region . This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 7 760 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 3

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the Enfield, Hackney, Haringey, Tower Hamlets and Waltham Forest. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 14 544 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 4

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Barking & Dagenham,Havering,Newham,Redbridge. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 4 056 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 5

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Bromley,Croydon,Greenwich,Lewisham,Southwark. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 4 632 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 6

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Kensington & Chelsea ,Lambeth, Westminster .This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 11 448 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: LOT 7

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Ealing / Hammersmith & Fulham This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 11 816 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 8

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Hillingdon,Hounslow.This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 544 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

he term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 9

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90911200

90914000

90918000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Kingston-Upon-Thames,Spelthorne,Sutton,Wandsworth-Upon- This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 760 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 10

II.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

II.2.2) Additional CPV code(s)

90910000

90911300

98341140

90690000

31531000

90500000

90511300

90911000

90914000

90510000

90511000

90511200

90511100

90513200

31520000

31524000

50870000

II.2.3) Place of performance

NUTS code:

UKH3


Main site or place of performance:

Essex

II.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Essex,Bedford,Buckingshire and Luton. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 7 072 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 11

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Barnet,Camden,Islington .This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 570 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 12

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211500

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Brent,Harrow . This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 216 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 13

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Enfield,Hackney,Haringey,Tower Hamlets and Waltham Forest This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 896 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: LOT 14

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Barking&Dagenham,Havering,Newham and Redbridge . This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 15

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Bromley,Croydon,Greenwich,Lewisham and Southwark This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 264 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 16

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Kensington & Chelsea,Lambeth and Westminster This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 488 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 17

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Ealing,Hammersmith & Fulham This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 344 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 18

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Hillingdon,Hounslow This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 216 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 19

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Kingston-Upon-Thames ,Merton,Richmond- Upon-Thames Spelthorne,Sutton,Wandsworth .This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 376 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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: Lot 20

II.2.1) Title

Gardening Services Including Grounds, Landscaping, and Trees Works

II.2.2) Additional CPV code(s)

77314000

77211500

77310000

90511300

77314100

03451300

77342000

71421000

77312000

90620000

77211400

77312100

77340000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

LONDON

II.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Essex,Bedford,Buckinghamshire and Luton. This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

II.2.5) Award criteria

Criteria below:

Quality criterion: Criterion 1 / Weighting: 60

Cost criterion: Criterion 1 / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 4 376 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

There are specific training/accreditations/memberships required to participate in this procurement — Please refer to procurement documentation for full detail.

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 04/10/2023

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/01/2024

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.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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.

OUR STORY - MAKING LONDON HOME

Around two in every 100 Londoners live in a Notting Hill Genesis home. More than half are in general needs properties charged at social or affordable rent levels, but we also offer shared ownership, leasehold, market rent, supported and temporary housing, and commercial properties.

That tenure mix allows us to build on our proud legacy over almost six decades as an innovative and important player in London’s housing story, and to maintain our determination to deliver homes that Londoners can afford, whatever their personal circumstances.

We are committed to working better together for our residents, providing safe, warm and comfortable homes where they can live their lives well.

Our focus is on the capital, where we provide services to households in almost 61,000 homes across every London borough. We have slightly more than 6,000 properties in areas around London, but plan to transfer those to better placed registered providers over the coming years. As for previous transfers, we will work closely with local stakeholders and residents to ensure the process is as smooth as possible.

Alongside improving existing homes and services, we continue to build new homes. In 2023/24, we plan to deliver 1,281 new homes, 80% of which will be affordable, ensuring we are playing our part in addressing the capital’s housing shortage and enabling more people to truly make London home.

OTHER

NHG reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the tendering process or to terminate the process at any time and where appropriate re-advertise the procurement. NHG will not, under any circumstance , reimburse any expenses incurred by applicants in preparing their tender submissions.

SERVICES AND LOTS

The properties and schemes within each Lot may change during the term of the relevant Contract. This

may be due to a number of factors including, for example:

•where additional stock is developed or purchased by NHG, and new properties/schemes are added to

an existing Contract;

•where properties are transferred to another provider and properties/schemes are removed from an

existing Contract

• if it is necessary to move properties/scheme to another provider.

The Contract terms provide NHG the right to add and remove properties/schemes to allow this flexibility.

NHG has provided details of the estimated value of each Contract in the SQ and Invitation to Tender but this value may change where properties/schemes are added or removed from a Contract and there is therefore no guaranteed minimum value / expenditure under each Contract.

Further information can be found in the SQ/ITT document

NHG shall be under no obligation to award a contract as a result of this procurement exercise.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/454E86E832" target="_blank">https://www.delta-esourcing.com/respond/454E86E832</a>

GO Reference: GO-202394-PRO-23798758

VI.4) Procedures for review

VI.4.1) Review body

Notting Hill Housing Association (NHG)

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

UK

Telephone: +44 2083574577

E-mail: loraine.taylor@nhg.org.uk

VI.5) Date of dispatch of this notice

04/09/2023

Coding

Commodity categories

ID Title Parent category
90911000 Accommodation, building and window cleaning services Cleaning services
90918000 Bin-cleaning services Cleaning services
90911200 Building-cleaning services Accommodation, building and window cleaning services
90914000 Car park cleaning services Cleaning services
98341140 Caretaker services Accommodation services
31524000 Ceiling or wall light fittings Lamps and light fittings
90910000 Cleaning services Cleaning and sanitation services
79993100 Facilities management services Building and facilities management services
90690000 Graffiti removal services Cleaning and sanitation services in urban or rural areas, and related services
77314100 Grassing services Grounds maintenance services
77314000 Grounds maintenance services Planting and maintenance services of green areas
77342000 Hedge trimming Tree pruning and hedge trimming
90511200 Household-refuse collection services Refuse collection services
31520000 Lamps and light fittings Lighting equipment and electric lamps
71421000 Landscape gardening services Landscape architectural services
31531000 Light bulbs Parts of lamps and lighting equipment
90511300 Litter collection services Refuse collection services
77310000 Planting and maintenance services of green areas Horticultural services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
50870000 Repair and maintenance services of playground equipment Miscellaneous repair and maintenance services
03451300 Shrubs Plants
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
77340000 Tree pruning and hedge trimming Horticultural services
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
90511100 Urban solid-refuse collection services Refuse collection services
90513200 Urban solid-refuse disposal services Non-hazardous refuse and waste treatment and disposal services
77312000 Weed-clearance services Planting and maintenance services of green areas
77312100 Weed-killing services Weed-clearance 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:
procurementteam@nhg.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.