Provision of Professional Cleaning and Hygiene Services for Ports of Jersey, Jersey CI

Complete

Value

£0

Classifications

  • Cleaning and sanitation services

Tags

  • tender

Submission Deadline

4 years ago

Published

4 years ago

Description

4.1	PoJ are now seeking to appoint a contractor with experience of fulfilling large cleaning contracts within Jersey.  
4.2	The scope of work will be across multiple locations across the island, including the Airport and harbour terminals, office buildings, marina shower and toilet facilities and various public toilets around the harbour sites.  
4.3	It is essential that you can demonstrate significant experience in similar environments and have the scale and depth of resource capable of supporting this requirement.
4.4	An example of some of the areas which will need to be considered include: Airport Main Buildings, Windows (internal and external), Fire station at the airport, Harbour terminals and marinas & WCs across the Island of Jersey.
4.5	Ports of Jersey will consider splitting the work into different LOTS and will accept multiple suppliers or a single supplier to fulfil this service requirement.  The scope of service for each LOT will be defined in the ITT.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

A Work in default below threshold Framework Agreement

This procurement is reserved for organisations that are based, and have been operational for at least 12 months, within the North West (M62 corridor) to enable as little travel time and "carbon Footprint" as possible. Bids from organisations based outside the Northwest Region of England will not be considered. • Works in Default are required when Authorised Officers serve notices on Owners or Occupiers under the following legislation o Environmental Protection Act 1990 o Highways Act 1980 o Prevention of Damage by Pests Act 1949 o The Public Health Act 1936 o The Building Act 1984, and o The Public Health Act 1961 o Anti-Social Behaviour, Crime and Policing Act 2014. • They can be largely broken down into the following categories o Lot 1, Category 1 - Simple cut back of overhanging vegetation affecting the public highway/footpath/public spaces. (Circa £100-£150) o Lot 2, Category 2 - Small clearance which includes a few 'bags of waste' and the cut back and removal of overgrown vegetation that offers harbourage or nesting material or potential food source (fruits) for rodents, or more extensive cut back of vegetation affecting the public highway/footpath/public spaces which would equate to a small van load. (Circa £150 - £750) o Lot 3, Category 3 - Significant clearances (of vegetation and waste). May include numerous bags of waste, white goods, loose building materials which offers shelter and potential nesting materials and the cut back and removal of significant overgrown vegetation. Which may equate to a tipper load/multiple tipper loads of waste. Major cut back of overhanging vegetation affecting the public highway/footpath/public spaces that require Chapter 8 (traffic Management) considerations. (Circa £750 - £2000). o Lot 4, Category 4 - Small internal clearances and cleansing of filthy and verminous premises, to include removal of contaminated clothing, papers and other items that may provide harbourage. Minor building works including (but not exclusively) proofing against rodent access, and remediation of simple blocked drains. (Circa £2500 - £5000) o Lot 5, Category 5 - Significant internal clearances (severely hoarded properties) with the removal of waste including bodily fluids, animal faeces and large-scale contamination within the premises. Major building works to proof against pests (roofing for pigeons) etc, and remediation of major drainage defects such as collapses or cases that require significant investigation to determine the fault. (£5000 +) Behaviour of employees "working in a manner befitting a representative of the Council" where "safe systems of work and risk assessments are followed to ensure that the role is carried out with minimal risk to contractors, members of the public and anyone else within the vicinity of the works". Smoking and vaping should only be permitted on breaks - away from the work. PPE would be determined by the successful Company's risk assessments and Safety Policy and procedures for the specific works and should be worn correctly at all times whilst on the job. Bidders are permitted to submit a response for one or more Lots. The maximum number if bidders that will be awarded for each lot is 5. Places on the framework for each lot will be awarded on the basis of rank following the evaluation process. The Council reserves the right to award to the highest ranked bidder for future jobs in each lot/category, if the number one ranked bidder isn't able to complete the work within the required timeframe, then the council also reserves the right to move down the rankings until the job has been accepted. For some more complex jobs, the council reserves the right to run a mini competition and each supplier on the lot could be asked to price and the lowest bid will be successful. Gaining a place on this Framework Agreement does not guarantee any work.

Katy Reed

Published 5 hours ago
Open

Contract for the Management of the Portreath Parish Public Toilets, TR16 4NN

Tenders are invited for the management of the public toilets for the period 1st April 2026 to the 31st March 2029. Opening times: The public toilets are open daily, every day of the year including all bank holidays. Toilets will normally be opened by 08:00 and closed at 20:00 or dusk (whichever is sooner) daily. Rate 1 Low Season - Autumn/Winter excluding school holidays - October 1st. to March 31st. Daily: Unlock two toilets, full clean of two toilets, (cleaned as required, consumables topped up, bins emptied as required), lock two toilets, daily health & safety checking. Rate 2 School Holidays - October, February & May Half Term, Christmas & Easter Holidays (In line with Cornwall School Holidays as published by Cornwall Council) Daily: Unlock all toilets, full clean of all toilets, (cleaned as required, consumables topped up, bins emptied as required), lock all toilets, daily health & safety checking, minimum of one additional check during opening hours. Rate 3 Normal Opening - Spring/Summer (excluding school summer holidays) - April 1st to Sept. 30th. Daily: Unlock all toilets, full clean of all toilets, (cleaned as required, consumables topped up, bins emptied as required), locking all toilets, daily health & safety checking, minimum of one additional check during opening hours. Rate 4 Peak Opening - School Summer Holidays Only (July/August/September in line with Cornwall School Holidays as published by Cornwall Council) Daily: Unlock all toilets, full clean of all toilets, all toilets checked at least a further two times during the opening hours (cleaned as required, consumables topped up, bins emptied as required), locking all toilets, daily health & safety checking. Additional/Reactive Opening/Closing (chargeable at the appropriate rate for the season) At times such as where weather conditions, unforeseen circumstances, extended school holidays, high demand occur, periodic checks and opening / closing of the toilets, other than specified above to be carried out at the contractor's discretion and with agreement of the Council Representative. Additional duties to be included in day rates above Daily: Complete daily attendance sheets (to be returned to clerk monthly). H&S checks to ensure no hazards exist to staff or members of public. Weekly: Clean, sweep and mop floor in the service corridor. Handwash unit traps to be flushed through. Monthly: Clean ventilator extractor vents. Opening times The public toilets are open daily, every day of the year including all bank holidays. Toilets will normally be opened by 08:00 and closed at 20:00 or dusk (whichever is sooner) daily. Rate 5 Reactive Maintenance/Repairs Minor maintenance/repairs to be carried out as required within the contractor's capabilities. A separate hourly rate to be quoted for this. Any repairs required to be reported immediately to Council. representative General - The contractor will provide all their own equipment, cleaning equipment, consumables and toilet paper. Environmentally sensitive products to be used in line with the Councils Climate Action Plan. Contractors must comply with the current legislation for the management hazardous substances. MSDS to be provided and kept in toilet service corridor for use by operatives. - The contractor will remove all waste materials from toilet cubicles daily and dispose correctly from site weekly in line with the current legislation. - The contractor will have full public liability insurance, a health & safety policy and appropriate risk assessments in line with current Health & Safety Legislation. Any sub-contractor employed by principal contractor must also hold full public liability insurance. Valid copies of these documents to be provided to the clerk. Payment for services each month in arrears will be made on the submission to the Clerk of a completed invoice. Payments will be made via BACS. The rates agreed at commencement of contract will increase annually in line with the government official RPI as quoted for March at the end of each contract year. (Ordinarily published in April). The increase will be subject to a satisfactory review of services in the preceding year. Contact with this Council is the nominated Council representative who will be responsible for the day-to-day supervision. All work will be subject to ad hoc inspection by the Council. The Contract will run from 1st April 2026 to 31st March 2029. Opportunity to tender for works from 1st April 2029 will be advertised in Autumn 2028.

Katy Reed

Published 1 week ago
Open

TRIV2025-08 Office Cleaning Services

Trivallis are seeking to appoint an experienced cleaning company, who has specific experience in working on the cleaning of offices and associated services. It is the intention of Trivallis to appoint a single contractor to undertake this requirement. TUPE - As this is a second generation contract that is currently provided by an external supplier it will be subject to TUPE. If you have any further questions on this matter please submit them via the e-tender wales portal and Trivallis will liaise with the incumbent supplier to answer your question. There are anonymised details relating to TUPE included in the tender pack. Additionally, included in the requirement is the delivery of social value. The successful suppliers will provide a cleaning service in Trivallis business premises, maintaining the highest standards of cleanliness, with the correct due skill and care. The cleaning service will be provided in accordance with the agreed cleaning schedule and service specification, supplied as Annex 4. The Services will be carried out at business properties owned by Trivallis, situated in the geographical area of Rhondda Cynon Taff. If any new business premises are procured or rented within the contract period, then an additional quote will be sought for the cleaning services for that new premises and a contract amendment processed in line with procurement regulations. NOTE: The authority is using eTenderwales to carry out this procurement process.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Fiona Planterose

[email protected]

+44 1534446094

Timeline complete