Tender

Provision of a Framework for (Lot 1) Decontamination and Deep Cleaning and (Lot 2) Hoarding Support Service

ISLE OF WIGHT COUNCIL

This public procurement record has 1 release in its history.

Tender

18 Dec 2025 at 16:13

Summary of the contracting process

The Isle of Wight Council has initiated a procurement process for establishing a framework agreement for decontamination and deep cleaning (Lot 1) along with hoarding support services (Lot 2). This opportunity addresses the health, social work, and environmental service sectors and is located within the UKJ34 region on the Isle of Wight, United Kingdom. The tender process is currently active, with submissions being accepted electronically until 29th January 2026. Key procurement details include an open procedure under the Procurement Act 2023, leveraging a framework agreement structure that allows for up to three participating suppliers, evaluated based on price and quality criteria. The main procurement category is services, with a financial threshold above which the process qualifies under the Government Procurement Agreement (GPA). The enquiry period ends on 15th January 2026, with the contract award expected by 6th March 2026. The contracts are set to commence from 1st April 2026, with an initial term of three years and the potential for a 12-month extension.

This tender presents promising opportunities for businesses in the cleaning and social care sectors, particularly small and medium enterprises (SMEs) capable of delivering high-standard decontamination, cleaning services, and hoarding support. The framework's non-exclusive nature means selected suppliers could receive ad hoc service requests, offering flexibility and potential growth through diverse engagements without guarantees on order volumes. Businesses specializing in community support or with experience in health, safety, and environmental services would find this tender particularly suitable, fostering opportunities to strengthen service portfolios and expand offerings. To maximise potential involvement, interested parties are advised to participate promptly due to the submission deadline and the competitive nature of the framework's participation limit.

How relevant is this notice?

Notice Information

Notice Title

Provision of a Framework for (Lot 1) Decontamination and Deep Cleaning and (Lot 2) Hoarding Support Service

Notice Description

The Authority invites response to this Invitation to Tender (ITT) from suitably qualified suppliers ("Suppliers") to be part of the Authority's Framework for the provision of (Lot 1) Decontamination and Deep Cleaning and/or (Lot 2) Hoarding Support Service. This Procurement is being set up utilising the structure of a Framework Agreement in accordance with Section 45 of the Procurement Act 2023 Potential Suppliers should note that this is a non-exclusive Framework Agreement and that no guarantee can be given with regard to the volume or value of work under either of the lots. The Framework will consist of two lots. Lot 1 will be Decontamination and Deep Cleaning. Lot 2 will be Hoarding Support. Suppliers can bid for any combination of lots (one or both).

Lot Information

Decontamination and Deep Cleaning

The Authority requires the supplier to carry out a Decontamination and Deep Cleaning service at the properties of individuals supported by Adult Social Care. A high standard of decontamination and deep cleaning will be required, with a focus on soil, dust, dirt, stains, marks and odours, aiming to reduce or eliminate harmful microorganisms (bacteria, viruses, fungi, etc.) and other contaminants from surfaces. The deep clean will include, but not be limited to sharps disposal, removal and cleansing of bodily fluids, infection control and removal of any bio-hazardous materials to ensure that the property is left clean, looking well-cared for, bright and of pleasing appearance.

Renewal: 12m at the sole discretion of the Authority

Hoarding Support Service

Hoarding support service will be required in the home of individuals supported by Adult Social Care (including those who have learning disabilities and/or poor mental health), at various locations on the Isle of Wight. The support required may include emotional support as well as physical help to reduce large amounts of belongings in the individual's homes, (this can range from clothes and furniture, food wrappers and packaging).

Renewal: 12m at the sole discretion of the Authority

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f99f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084590-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

85000000 - Health and social work services

90000000 - Sewage, refuse, cleaning and environmental services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£192,000 £100K-£500K
Lots Value
£192,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Dec 20251 weeks ago
Submission Deadline
29 Jan 20261 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
ISLE OF WIGHT COUNCIL
Contact Name
Lucy Chandler
Contact Email
lucy.chandler@iow.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NEWPORT
Postcode
PO30 1UD
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ34 Isle of Wight
Delivery Location
TLJ34 Isle of Wight

Local Authority
Isle of Wight
Electoral Ward
Newport Central
Westminster Constituency
Isle of Wight West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f99f-2025-12-18T16:13:32Z",
    "date": "2025-12-18T16:13:32Z",
    "ocid": "ocds-h6vhtk-05f99f",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGYX-7387-YJXG",
            "name": "Isle of Wight Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGYX-7387-YJXG"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Newport",
                "postalCode": "PO30 1UD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ34"
            },
            "contactPoint": {
                "name": "Lucy Chandler",
                "email": "lucy.chandler@iow.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGYX-7387-YJXG",
        "name": "Isle of Wight Council"
    },
    "tender": {
        "id": "DN797493",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of a Framework for (Lot 1) Decontamination and Deep Cleaning and (Lot 2) Hoarding Support Service",
        "description": "The Authority invites response to this Invitation to Tender (ITT) from suitably qualified suppliers (\"Suppliers\") to be part of the Authority's Framework for the provision of (Lot 1) Decontamination and Deep Cleaning and/or (Lot 2) Hoarding Support Service. This Procurement is being set up utilising the structure of a Framework Agreement in accordance with Section 45 of the Procurement Act 2023 Potential Suppliers should note that this is a non-exclusive Framework Agreement and that no guarantee can be given with regard to the volume or value of work under either of the lots. The Framework will consist of two lots. Lot 1 will be Decontamination and Deep Cleaning. Lot 2 will be Hoarding Support. Suppliers can bid for any combination of lots (one or both).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ34",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ34",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 230400,
            "amount": 192000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "(i) Both Lots will have a maximum of three suppliers. They will be ranked in order of highest tender score (1), next highest (2) and 3rd highest tender score (3). The tender score will be the combined score of price and quality as set out further on in this ITT document. (ii) When the Service Area have a new requirement for (e.g.) decontamination and deep cleaning, or a hoarding support service at a property, the process in full will be: a. Service Area contact Supplier #1 to ask if they have capacity for the requirement within the required timescale. b. If they do, the Supplier has 48 hours to attend the relevant site, confirm capacity (assuming the job is as it was described initially) and also to confirm quote value. The quote value must align with the scope of pricing provided within the original tender submission. c. Supplier #1 will be expected to provide a quotation within 24 hours of the initial request. If they do not provide this within 24 hours, then the Service Area will approach the Supplier ranked #2 for a quotation. d. The Authority must approve the quotation which is likely to take approximately one week. e. On acceptance of the quotation, the Supplier is to begin the Service requirement within 72 hours (3 days). f. If the relevant Supplier does not have capacity and/or cannot meet the timeframe then the Service Area goes to Supplier #2 on the list, and so on. (iii) It is important to note that the Authority intends to place orders with the Supplier(s) as and when required under both lots although there is no guarantee of value or volume of orders. Both lots are an ad hoc service."
            }
        },
        "submissionMethodDetails": "https://procontract.due-north.com/Opportunities/Index?v=2 please register free of charge, and search reference DN797493",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-29T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-15T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-06T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "Decontamination and Deep Cleaning",
                "description": "The Authority requires the supplier to carry out a Decontamination and Deep Cleaning service at the properties of individuals supported by Adult Social Care. A high standard of decontamination and deep cleaning will be required, with a focus on soil, dust, dirt, stains, marks and odours, aiming to reduce or eliminate harmful microorganisms (bacteria, viruses, fungi, etc.) and other contaminants from surfaces. The deep clean will include, but not be limited to sharps disposal, removal and cleansing of bodily fluids, infection control and removal of any bio-hazardous materials to ensure that the property is left clean, looking well-cared for, bright and of pleasing appearance.",
                "status": "active",
                "value": {
                    "amountGross": 172800,
                    "amount": 144000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price per hour",
                            "numbers": [
                                {
                                    "number": 75,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Method Statement Criteria - LOT 1 and LOT 2 individually Weighting (1) Methodology 10% (2) Staff, Resources and Training 5% (3) Management 2.5% (4) Health and Safety 2.5% Method Statement Criteria - LOT 1 and LOT 2 individually Weighting (5) Social Value 2.5% (6) Climate Environment and UNESCO Biosphere Impact 2.5%",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12m at the sole discretion of the Authority"
                }
            },
            {
                "id": "2",
                "title": "Hoarding Support Service",
                "description": "Hoarding support service will be required in the home of individuals supported by Adult Social Care (including those who have learning disabilities and/or poor mental health), at various locations on the Isle of Wight. The support required may include emotional support as well as physical help to reduce large amounts of belongings in the individual's homes, (this can range from clothes and furniture, food wrappers and packaging).",
                "status": "active",
                "value": {
                    "amountGross": 57600,
                    "amount": 48000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price per hour",
                            "numbers": [
                                {
                                    "number": 75,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Method Statement Criteria - LOT 1 and LOT 2 individually Weighting (1) Methodology 10% (2) Staff, Resources and Training 5% (3) Management 2.5% (4) Health and Safety 2.5% Method Statement Criteria - LOT 1 and LOT 2 individually Weighting (5) Social Value 2.5% (6) Climate Environment and UNESCO Biosphere Impact 2.5%",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "12m at the sole discretion of the Authority"
                }
            }
        ],
        "lotDetails": {
            "awardCriteriaDetails": "(i) Both Lots will have a maximum of three suppliers. They will be ranked in order of highest tender score (1), next highest (2) and 3rd highest tender score (3). The tender score will be the combined score of price and quality as set out further on in this ITT document. (ii) When the Service Area have a new requirement for (e.g.) decontamination and deep cleaning, or a hoarding support service at a property, the process in full will be: a. Service Area contact Supplier #1 to ask if they have capacity for the requirement within the required timescale. b. If they do, the Supplier has 48 hours to attend the relevant site, confirm capacity (assuming the job is as it was described initially) and also to confirm quote value. The quote value must align with the scope of pricing provided within the original tender submission. c. Supplier #1 will be expected to provide a quotation within 24 hours of the initial request. If they do not provide this within 24 hours, then the Service Area will approach the Supplier ranked #2 for a quotation. d. The Authority must approve the quotation which is likely to take approximately one week. e. On acceptance of the quotation, the Supplier is to begin the Service requirement within 72 hours (3 days). f. If the relevant Supplier does not have capacity and/or cannot meet the timeframe then the Service Area goes to Supplier #2 on the list, and so on. (iii) It is important to note that the Authority intends to place orders with the Supplier(s) as and when required under both lots although there is no guarantee of value or volume of orders. Both lots are an ad hoc service."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "084590-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084590-2025",
                "datePublished": "2025-12-18T16:13:32Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}