Publication Date: 12/12/2024
Deadline Date: 24/01/2025
Reference: TKR-2024129-PRO-28818548
Value of Contact: £350,000
Estimated Annual Value: £175,000
Type of Procedure: Services Contract
Nature of Procurement: Contract Notice
Description:
All internal and external cleaning services for our main office site, seventeen sheltered schemes, community centre and other facilities as required.
Services to include window cleaning, guest room turnaround, deep cleaning, bathroom and kitchen facilities, general cleaning and bin clearance.
We expect all suppliers to deliver a high standard of safeguarding, customer service and care.
II.1.5) Estimated total value:
Value excluding VAT:350,000
Currency:GBP
II.1.6) Information about lots:
This contract is divided into lots:No
II.2) Description
II.2.2) Additional CPV codes:
90911000 – Accommodation, building and window cleaning services.
90911100 – Accommodation cleaning services.
90911200 – Building-cleaning services.
90911300 – Window–cleaning services.
90916000 – Cleaning services of telephone equipment.
90919000 – Office, school and office equipment cleaning services.
90919100 – Cleaning services of office equipment.
90919200 – Office cleaning services.
II.2.3) Place of performance:
UKH16 North and West Norfolk
II.2.4) Description of procurement:Freebridge requires an experienced supplier who is a member of BICS (British Institute of Cleaning Science) to deliver a first-class service to its tenants and staff covering the following services and sites.
All internal and external cleaning services for our main office site, seventeen sheltered schemes, community centre and other facilities as required.
Services to include window cleaning, guest room turnaround, deep cleaning, bathroom and kitchen facilities, general cleaning and bin clearance.
We expect all suppliers to deliver a high standard of safeguarding, customer service and care.
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:350,000
Currency:GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months:24
This contract is subject to renewal:No
Description of renewals:Not provided
II.2.10) Information about variants:
Variants will be accepted:No
II.2.11) Information about options:
Options:No
Description of options:Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds:No
Identification of the project:Not provided
II.2.14) Additional information:To respond to this opportunity please click here: https://freebridge.delta-esourcing.com/respond/87F55RDCT2
Section III: Legal, Economic, Financial And Technical Information
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:No
The execution of the contract is restricted to the framework of sheltered employment programmes:No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:Yes
Section IV: Procedure
IV.1.1) Type of procedure:Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement – NO
In the case of framework agreements justification for any duration exceeding 4 years:Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used:No
Additional information about electronic auction:Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S:Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:24/01/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted:English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s):2
IV.2.7) Conditions for opening of tenders:
Date:24/01/2025
Time:13:00
Section VI: Complementary Information
This is a recurrent procurement:No
Estimated timing for further notices to be published:Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://freebridge.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Cleaning-and-sanitation-services./87F55RDCT2
To respond to this opportunity, please click here:
https://freebridge.delta-esourcing.com/respond/87F55RDCT2
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
Internet address:http://www.hmcourts-service.gov.uk
VI.4.2) Body responsible for mediation procedures:
Freebridge Community Housing Limited
Juniper House, Austin Street, King’s Lynn, PE30 1DZ, United Kingdom
Tel. +44 3332404444
Internet address:https://www.freebridge.org.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Freebridge Community Housing Limited
Juniper House, Austin Street, King’s Lynn, PE30 1DZ, United Kingdom
Tel. +44 3332404444
Internet address:https://www.freebridge.org.uk/
VI.5) Date Of Dispatch Of This Notice:09/12/2024
Annex A
Awarding Authority:
Freebridge Community Housing Limited Juniper House, Austin Street King’s Lynn PE30 1DZ UK Mark Wagg Procurement Department +44 1553666881 [email protected] https://www.freebridge.org.uk/ https://www.freebridge.org.uk/