Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Reading Borough Council
Civic Offices, Bridge Street
Contact point(s): Corporate Procurement
RG1 2LU Reading
United Kingdom
Telephone: +44 1189372945
E-mail:
Internet address(es):
General address of the contracting authority: www.reading.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cleaning and Clearing Services for Tenanted, Occupied and Void Properties.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKJ11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Reading Borough Council currently manages over 5 600 Council properties which are let throughout the Borough and is inviting tenders for the provision of clearing and cleaning service for these properties when they become available for re-let.
II.1.6)Common procurement vocabulary (CPV)90911200, 90922000, 90911000, 90910000, 90911100
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 930 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: 1 extension of 2 years following the initial term.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion Starting 1.11.2016. Completion 31.10.2022
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As set out in the published procurement documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the published procurement documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the published procurement documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the published procurement documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As set out in the published procurement documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the published procurement documents.
Minimum level(s) of standards possibly required: As set out in the published procurement documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the published procurement documents.
Minimum level(s) of standards possibly required:
As set out in the published procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RBC 00000006
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 17.7.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.7.2016 - 14:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A) The Managing Director or his/her representative, and
b) The Service Head or Project Officer responsible for the invitation of the tenders or his/her representative and
c) The Leader or a Lead Councillor nominated by the Leader.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Organisations interested in expressing an interest should download the procurement documents which are available on the Council's e-tendering system at: https://in-tendhost.co.uk/readingbc/aspx/Home (Project Reference No RBC 00000006), and complete as instructed.
The Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal. Contractors wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Council's e-tendering portal.
Please note: You must register your interest via the Council's e-tendering portal if you intend to submit a tender. Interested parties must log onto the Council's e-tendering portal at: https://in-tendhost.co.uk/readingbc to express an interest and download the procurement documents. All communications regarding this procurement exercise will be conducted through the Council's e-tendering portal including requests for clarifications or general enquiries. The procurement documents will be available for download up until the closing time and date for tender submissions, it is the organisation's responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned electronically, along with supporting documents, prior to the closing time and date stipulated. Before completing the tender, potential providers/suppliers should ensure that the e-mail address that has been used to register their organisation will be checked regularly as the Council's e-tendering system will generate automatic notifications to this e-mail address when there are updates, changes or messages sent relating to the project. Potential bidders should also check that their organisation's details are correct and kept up to date.
Technical questions and assistance regarding the use and operation of the Portal should be addressed to the In-Tend Help Desk - e-mail: telephone number +44 8442728810.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.6.2016