UK-Dunstable: Accommodation, building and window cleaning services.

UK-Dunstable: Accommodation, building and window cleaning services.
Section I: Contracting Authority
I.1) Name and addresses
Aldwyck Housing Group
Houghton Regis, Dunstable, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: procurement@aldwyck.co.uk
Contact: Stephanie Turner
Main Address: https://aldwyck.delta-esourcing.com
NUTS Code: UKH21
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Dunstable:-Accommodation%2C-building-and-window-cleaning-services./253JTU2298
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://aldwyck.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://aldwyck.delta-esourcing.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: Provision of Estates Services to Aldwyck Housing Group Limited
Reference Number: ALDESR17
II.1.2) Main CPV Code:
90911000 - Accommodation, building and window cleaning services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Aldwyck Housing Group Limited is inviting tenders to undertake the provision of Estates Services to a number of the properties and sites it manages spread across 37 different local authorities.
The term Estate Services covers the provision of the following services:-
Cleaning, Window Cleaning, Bulk Refuse
Grounds Maintenance
II.1.5) Estimated total value:
Value excluding VAT: 7,000,000
Currency: 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: Lot 1 Cleaning Services Area South
Lot 2 Cleaning Services Area North
Lot 3 Grounds Maintenance Area South
Lot 4 Grounds Maintenance Area North

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Cleaning Services - Area South
Lot No: 1
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.

II.2.3) Place of performance:
UKH3 Essex
UKI5 Outer London – East and North East
UKH23 Hertfordshire
UKJ13 Buckinghamshire CC

II.2.4) Description of procurement: Aldwyck Housing Group Limited is inviting tenders to undertake the provision of Cleaning Services to a number of the properties and sites it manages spread across Hertfordshire, South Buckinghamshire and North London.
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: 60
This contract is subject to renewal: Yes
Description of renewals: Aldwyck Housing Group will enter into a contract with the bidder for five years with an option to extend the award period subject to service, performance and costs.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection stage (SQ) will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Aldwyck Housing Group will enter into a contract with the bidder for five years with an option to extend the award period subject to service, performance and costs
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: As stated in the Tender documents.
II.2) Description Lot No. 2

II.2.1) Title: Cleaning Services - Area North
Lot No: 2
II.2.2) Additional CPV codes:
90911000 - Accommodation, building and window cleaning services.

II.2.3) Place of performance:
UKF24 West Northamptonshire
UKF25 North Northamptonshire
UKH12 Cambridgeshire CC
UKH25 Central Bedfordshire
UKJ13 Buckinghamshire CC

II.2.4) Description of procurement: Aldwyck Housing Group Limited is inviting tenders to undertake the provision of Cleaning Services to a number of the properties and sites it manages spread across Bedfordshire, Buckinghamshire, Cambridgeshire and Northamptonshire.
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: 418,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection stage (SQ) will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
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: As stated in the Tender documents.
II.2) Description Lot No. 3

II.2.1) Title: Grounds Maintenance - Area South
Lot No: 3
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.

II.2.3) Place of performance:
UKH3 Essex
UKI5 Outer London – East and North East
UKH23 Hertfordshire
UKJ13 Buckinghamshire CC

II.2.4) Description of procurement: Aldwyck Housing Group Limited is inviting tenders to undertake the provision of Grounds Maintenance to a number of the properties and sites it manages spread across Hertfordshire, South Buckinghamshire and North London.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection stage (SQ) will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
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: As stated in the Tender documents.
II.2) Description Lot No. 4

II.2.1) Title: Grounds Maintenance - North
Lot No: 4
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.

II.2.3) Place of performance:
UKF24 West Northamptonshire
UKF25 North Northamptonshire
UKH2 Bedfordshire and Hertfordshire
UKH12 Cambridgeshire CC
UKJ13 Buckinghamshire CC

II.2.4) Description of procurement: Aldwyck Housing Group Limited is inviting tenders to undertake the provision of Grounds Maintenance to a number of the properties and sites it manages spread across Bedfordshire, Buckinghamshire, Cambridgeshire and Northamptonshire.
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: 398,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection stage (SQ) will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Aldwyck Housing Group will consider entering into a Long Term Agreement with the bidder for five years, with an option to extend the award period subject to service, performance and cost.
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: As stated in the Tender documents.


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:
Potential suppliers will be required to provide an overview of services provided to social landlords or other relevant organisations over the past five years, plus details of three clients currently receiving similar services.
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) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2017/S 84 - 163443
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/12/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/12/2017
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): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years from the date of this notice
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://aldwyck.delta-esourcing.com/tenders/UK-UK-Dunstable:-Accommodation%2C-building-and-window-cleaning-services./253JTU2298

To respond to this opportunity, please click here:
https://aldwyck.delta-esourcing.com/respond/253JTU2298
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting Authority will enter into this contract following a 10 calendar standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 10/11/2017

Annex A