Skip to main content.

Peabody Trust: Provision of Estates Services to Aldwyck Housing Group Limited

  Peabody Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Estates Services to Aldwyck Housing Group Limited
Notice type: Contract Notice
Authority: Peabody Trust
Nature of contract: Services
Procedure: Restricted
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
Published: 10/11/2017 14:13
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice

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

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.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: 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.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,221,750
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Cleaning Services - Area South   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
      UKI5 - Outer London – East and North East
      UKH23 - Hertfordshire
      UKJ13 - Buckinghamshire CC
   
      Main site or place of performance:
      Essex
      Outer London – East and North East
      Hertfordshire
      Buckinghamshire CC
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) 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: 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 code(s):
            90911000 - Accommodation, building and window cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
      UKF25 - North Northamptonshire
      UKH12 - Cambridgeshire CC
      UKH25 - Central Bedfordshire
      UKJ13 - Buckinghamshire CC
   
      Main site or place of performance:
      West Northamptonshire
      North Northamptonshire
      Cambridgeshire CC
      Central Bedfordshire
      Buckinghamshire CC
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) 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: 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 code(s):
            77314000 - Grounds maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKH3 - Essex
      UKI5 - Outer London – East and North East
      UKH23 - Hertfordshire
      UKJ13 - Buckinghamshire CC
   
      Main site or place of performance:
      Essex
      Outer London – East and North East
      Hertfordshire
      Buckinghamshire CC
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) 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: 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 code(s):
            77314000 - Grounds maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKF24 - West Northamptonshire
      UKF25 - North Northamptonshire
      UKH2 - Bedfordshire and Hertfordshire
      UKH12 - Cambridgeshire CC
      UKJ13 - Buckinghamshire CC
   
      Main site or place of performance:
      West Northamptonshire
      North Northamptonshire
      Bedfordshire and Hertfordshire
      Cambridgeshire CC
      Buckinghamshire CC
             

      II.2.4) Description of the 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:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) 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: As stated in the Tender documents.


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: No

   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
       Not Provided
   

   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: ALDESR2017    
   Lot Number: 1    
   Title: Cleaning Services South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pinnacle Housing Limited
             First Floor 6 St Andrew Street, London, EC4A 3AE, United Kingdom
             Tel. +44 01245455171
             NUTS Code: UKH25
            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: 350,000          
         Total value of the contract/lot: 317,841
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: ALDESR2017-2    
   Lot Number: 2    
   Title: Cleaning Services North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Accuro Environmental Ltd
             128 Buckingham Palace Road, London, SW1W 9SA, United Kingdom
             Tel. +44 02078811888, Email: barry.joyce@accuro-environmental.co.uk
             NUTS Code: UKH25
            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: 418,000          
         Total value of the contract/lot: 282,319
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: ALDESR2017-3    
   Lot Number: 3    
   Title: Grounds Maintenance South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pinnacle Housing Limited
             First Floor 6 St Andrew Street, London, EC4A 3AE, United Kingdom
             Tel. +44 01245455171
             NUTS Code: UKH25
            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: 398,000          
         Total value of the contract/lot: 351,623
         Currency: GBP

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

Award Of Contract (No.4)

   Contract No: ALDESR2017-4    
   Lot Number: 4    
   Title: Grounds Maintenance North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Accuro Environmental Ltd
             128 Buckingham Palace Road, London, SW1W 9SA, United Kingdom
             Tel. +44 02078811888, Email: barry.joyce@accuro-environmental.co.uk
             NUTS Code: UKH25
            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: 300,000          
         Total value of the contract/lot: 269,967
         Currency: GBP

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

   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.
To view this notice, please click here:
https://aldwyck.delta-esourcing.com/delta/viewNotice.html?noticeId=327357688

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      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 review procedure may be obtained
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 14/06/2018