Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dda1
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£4,000,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dda1
Common Procurement VocabularyCleaning services
Procurement MethodOpen procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

Barcud Shared Services

2 Alexandra Gate, Ffordd Pengam

Cardiff

CF242SA

Contact

Procurement

Email

procurement [at] barcudsharedservices.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.sell2wales.gov.wales

Buyer's address

https://www.sell2wales.gov.wales

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.sell2wales.gov.wales

I.4) Type of the contracting authority

Other type

Procurement Shared Services

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cleaning

II.1.2) Main CPV code

  • 90910000 - Cleaning services

II.1.3) Type of contract

Services

II.1.4) Short description

A framework that includes different types of internal and external cleaning (incl specialist cleaning) covering various areas within Wales. The framework will be for four (4) years

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90919000 - Office, school and office equipment cleaning services
  • 90919100 - Cleaning services of office equipment
  • 90919200 - Office cleaning services
  • 90690000 - Graffiti removal services

II.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

II.2.4) Description of the procurement

The scope of the framework distinguishes the following cleaning services and shall cover the following:

Building Exterior

Clear Outs and Waste Clearance

Communal Areas

Gardens

Graffiti

Guttering

Internal and External Windows (Low)

Internal and External Windows (High Up to 4 Stories)

Offices

Solar Panel Cleaning

Specialist and Trauma

Voids

II.2.5) Award criteria

Quality criterion - Name: Previous Experience / Weighting: 15

Quality criterion - Name: Contract Delivery / Weighting: 17.5

Quality criterion - Name: Community Benefits / Weighting: 7.5

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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


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

Refer to ITT pack

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Refer to tender pack

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=147990.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Refer to Appendix 5 - Community Benefits Menu

(WA Ref:147990)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom