UK-Fareham: Accommodation cleaning services.

UK-Fareham: Accommodation cleaning services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Two Saints Limited
Fareham House, 69 High Street, Fareham, PO16 7BB, United Kingdom
Tel. +44 1329234600, Email: twosaints@twosaints.org.uk
Contact: Richard Wilding
Main Address: www.twosaints.org.uk
NUTS Code: UKJ

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Cleaning Contractors Framework
Reference number: Not Provided

II.1.2) Main CPV code:
90911100 - Accommodation cleaning services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: This tender opportunity is for the appointment of Suppliers onto a multi-Lot Cleaning Contractors Framework Two Saints Ltd. Two Saints wishes to establish a Contract for a three (3) year initial term with an option to extend for further one year period (3+1) at Two Saints' sole discretion. Experienced suppliers are invited to submit Tenders for the agreement, which will encompass cleaning services as defined by the CPV codes set out in the Contract Notice. This framework is divided into 2 Lots: Lot 1 North region and Lot 2 South region. The North includes West Berkshire, Andover and Basingstoke; whilst the south includes the rest of Hampshire to include our services in Southampton and Portsmouth. The cleaning service covers all communal areas at each site. We also require the service to cover quarterly descaling of shower heads, bathroom taps and bathroom vents. Further information and specifications are provided in the tender documents.

II.1.6) Information about lots
This contract is divided into lots: Yes

II.1.7) Total value of the procurement (excluding VAT)
Value: 1,402,772.8

Currency:GBP

II.2) Description (lot no. 1)


II.2.1) Title:North - West Berkshire, Andover and Basingstoke
Lot No:1

II.2.2) Additional CPV code(s):
90000000 - Sewage-, refuse-, cleaning-, and environmental services.
90911100 - Accommodation cleaning services.
90911200 - Building-cleaning services.


II.2.3) Place of performance
Nuts code:
UKJ11 - Berkshire
UKJ3 - Hampshire and Isle of Wight

Main site or place of performance:
Berkshire
Hampshire and Isle of Wight


II.2.4) Description of the procurement: Two Saints has a requirement to undertake cleaning in communal areas to the properties under management. The North region currently includes three sites in Andover, one in Basingstoke and two in Newbury. The sites require a combined total of 72 cleaning hours per week.

II.2.5) Award criteria:
Quality criterion - Name: 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


II.2.14) Additional information: Not Provided

II.2) Description (lot no. 2)


II.2.1) Title:South - Hampshire, Portsmouth and Southampton
Lot No:2

II.2.2) Additional CPV code(s):
90000000 - Sewage-, refuse-, cleaning-, and environmental services.
90911100 - Accommodation cleaning services.
90911200 - Building-cleaning services.


II.2.3) Place of performance
Nuts code:
UKJ35 - South Hampshire
UKJ3 - Hampshire and Isle of Wight

Main site or place of performance:
South Hampshire
Hampshire and Isle of Wight


II.2.4) Description of the procurement: Two Saints has a requirement to undertake cleaning in communal areas to the properties under management. The South region currently includes seven sites in Fareham, two in Eastleigh, fifteen in Portsmouth, fifteen in Southampton and one in Winchester. The sites require a combined total of 325.5 cleaning hours per week.

II.2.5) Award criteria:
Quality criterion - Name: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the 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 OJEU: 2022/S 000-024450



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: 1
Lot Number: 1
Title: Lot 1 North

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 20/01/2023

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Deeland Ltd t/a ServiceMaster, 03554991
101 Mill Lane, Newbury, RG14 5RE, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 340,000
Total value of the contract/lot: 241,082.4
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: 2
Lot Number: 2
Title: Lot 2 South

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 20/01/2023

V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6

V.2.3) Name and address of the contractor

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

Contractor (No.1)
HI-SPEC FACILITIES SUPPORT COMPANY PLC, 04373379
20 Schooner Park, Dartford, DA2 6NW, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,260,000
Total value of the contract/lot: 1,161,690.4
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=753879125

VI.4) Procedures for review

VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 25/01/2023