Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 11th Feb 2025
Reference | ocds-h6vhtk-04dda1 |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open procedure |
Value | £4,000,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 11th Feb 2025
Reference | ocds-h6vhtk-04dda1 |
Common Procurement Vocabulary | Cleaning services |
Procurement Method | Open 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
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