Stotles logo
Openclosing

Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning Services; Lot 3 Office and Stores Cleaning Services

Published

Buyer

Value

8,761,000 GBP

Description

Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. Please note: ONLY use the Opt Out function if you do not intend to bid for any of the 3 Lots. For example, if you wish to bid for Lot 2 but not Lot 1 or Lot 3, do not use the opt out button. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure. Lot 1: Communal Cleaning Services Lot 1 - Community Cleaning Services Routine Planned Cyclical Services shall include: The thorough cleaning of all communal spaces in blocks and wellbeing schemes to include landings, hallways, corridors and lobbies/entrances/exits, lifts external areas to entrances and exits, bin rooms/areas, staircases, community rooms and communal W.C.’s in blocks and communal lounges, cinema/TV rooms, communal kitchens, communal W.C.’s, mobility scooter storage areas and shared spaces within wellbeing schemes comprising of: Waste, litter and debris removal; Bin Store areas (regular cleans and steam cleans); External areas entrances/exits/canopies/porches/steps/loading bays/spaces designated for use by persons with limited mobility; Bin chutes and bin rotations; Lifts (cars and external); Floor surfaces; Wall surfaces; Ceiling surfaces; External communal doors and associated glazed panels; Internal communal doors and glazed partitions/screens; Internal windows; Miscellaneous surfaces; Soft furnishings, upholstered furniture, curtains and window coverings; Kitchens & refreshment/food preparation areas; Communal W.C.’s; Deep cleans Reactive Optional Services may include: graffiti removal: where identified during Routine Planned Cyclical Service visits and cannot be removed during the Routine Planned Cyclical Service visit due to the graffiti being stubborn and/ or extensive in scale/size and cannot be removed without specialist Equipment; or where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit. Hazardous/special waste removal: where identified outside of the Routine Planned Cyclical Service visits and requires removal before the next scheduled Routine Planned Cyclical Service visit. Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation'. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply. Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. Lot 2: External Window Cleaning Services Lot 2 - External Window Cleaning Services Routine Planned Cyclical Services shall include: The cleaning of external communal windows only at certain Sites/Premises; external communal windows and individual dwelling windows at certain Sites/Premises; and external and internal windows at the Client’s Head Office and Stores Sites/Premises. Reactive Optional Services may include: The thorough cleaning of external balconies to some individual dwellings including the balustrade, walls and decking; Any other tasks not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. Lot 3: Office & Stores Cleaning Services Lot 3 - Office & Stores Cleaning Services Routine Planned Cyclical Services will include: The thorough cleaning of all communal workspaces, offices, meeting rooms, stores, landings, break-out areas, lobby/entrances, kitchens, washrooms etc. including all desk and cupboard surfaces, doors, glass, ironmongery, door-mats, stairs-cases (including underneath staircases), walls, woodwork, ceilings, light fittings, sockets, skirting, architrave, boards, ledges, switches and panels and the emptying of bins etc. For all lots please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation. The Authority is managing this procurement process through the whg Pro-Contract “Housing Procurement Portal” https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded.

Timeline

Publish date

a day ago

Close date

in a month

Buyer information

WHG

Contact:
Mrs Louise Green
Email:
procurement@whgrp.co.uk

Explore contracts and tenders relating to WHG

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by WHG

Explore more open tenders, recent contract awards and upcoming contract expiries published by WHG.

Explore more suppliers to WHG

Sign up